Page 1
OT-17-18/ OT-16 Dozer QR
NTPC LIMITED
(A Govt. of India Enterprise)
FARAKKA SUPER THERMAL POWER STATION
NOTICE INVITING TENDER
Nature of work : Works Contracts
NIT TYPE : DOMESTIC
NIT NO:-CS/17-18/17 E-Tender / BIN NO. 40081061(old 40080772)
NTPC- Farakka Super Thermal Power Station is interested in getting the following works executed through
reputed agencies having experience in the relevant field. Interested agencies are requested to apply for the tender
documents with requisite application money in form of Demand Draft.. The qualifying requirements and brief
work details for the jobs are indicated below:
Sl
No
NIT No
Description of Package/works
Estimate
d Cost
[Rs. in
Lacs.]
Sale Start
Date/Close
Date
Last Date &
Time for receipt
of Bid
01
CS/17-18/
17
(2605/135 )
Deployment of Three (3)
Nos. of Dozers for Twelve
(12) months at NTPC-
Farakka.
-------
13.09.2017
TO
03.10.2017
17.10.2017
at
14.30 hrs.
17.10.2017
at
15.00 hrs.
NOTES :
1. The tendering is being done through e-tender.
2. The EMD & Technical Bid (Hard copy) shall be submitted in 02 separate envelopes: one for
Technical Bid & the other for EMD and letter of Undertaking. EMD & Technical bids shall
be opened on Bid Opening Date (BOD). Date of Price Bid opening shall be intimated later on.
Price Bid to be submitted online only.
3. For detailed NIT and bidding documents, please visit at www.ntpctender.com (through link of
e-tender site) or www.ntpc.co.in or may contract AGM (Contracts), Ph. & Fax No.
03512.226813 or DGM (Contracts) Ph. No. 03512-226801, Farakka Super Thermal Power
Station, P.O.- Nabarun, Dist.- Murshidabad, West Bengal, PIN- 742236.
4. MANDATORY INFORMATION
PROJECT NAME
NTPC FARAKKA
NIT NO. / BIN NO.
40081061(old 40080772)
DATE OF NIT ISSUE
13.09.2017
SHORT DESCRIPTION OF NIT
Deployment of Three (3) Nos. of Dozers for Twelve
(12) months at NTPC-Farakka.
DOCUMENT SALE CLOSING DATE
03.10.2017
DIRATION OF CONTRACT
12 (TWELVE) MONTHS
SOURCE OF NIT/CONTRACT
CLASSIFICATION
NTPC FARAKKA/WORKS CONTRACT
BID OPENING DATE
FOR EMD+QR+TECHNICAL & LOU: 17.10.2017
PACKAGE IN-CHARGE’S MAIL-ID
bankimsamaddar@ntpc.co.in Mob. No.-9434057826
ALTERMATE CO-ORDINATOR’S MAIL-ID
pijusmandal@ntpc.co.in Mob9434751558
COST OF TENDER DOCUMENT
RS. 2,250.00 (Non-refundable)
Page 2
OT-17-18/ OT-16 Dozer QR
MODE OF PAYMENT
a) DEMAND DRAFT IN FAVOUR OF NTPC LTD.,
PAYABLE AT SBI, ANDUA (CODE : 7099) OR ONLINE
PAYMENT THROUGH GATEWAY.
b) Small Scale Industries registered with NSIC or having
Udyog Aadhaar Memorandum are exempted from
submission of Tender fee on submission of
documentary evidence.
EMD VALUE
RS. 8,43,000.00
Small Scale Industries registered with NSIC or having
Udyog Aadhaar Memorandum are exempted from
submission of EMD on submission of documentary
evidence.
SOURCE OF NIT/ PUBLISHED IN
NEWSPAPER.
Millennium Post- Delhi, Times of India- Kolkata, Bartaman Patriak
(Bengali) Burdwan, Prabahat Khabar (Hindi) Deoghar-Jharkhand on
13.09.2017
Sl
Qualifying Requirement:
1.0
TECHNICAL CRITERIA:
1.1.0
The bidder should have executed the work of deployment of dozer in any NTPC
Station/SEB/Govt. / Semi Govt./ PSU/ “NSE or BSE Enlisted Company within the
preceding Seven (7) years prior to the date of Techno-Commercial bid opening as per the
following criteria:
(a) One work of value not less than Rs.337.12 Lakh,
OR
(b) Two works of value not less than Rs.210.70 Lakh each.
OR
(c ) Three works of value not less than Rs.168.56 Lakh each.
1.2
The Bidder should be owner or lease holder of at-least two (2) nos. of Bull dozers of 300 to
350 HP and manufacturing date of both the Bull dozers should not be older than 2013.
Notes for Technical Criteria:
a
a. The word “executed” mentioned in clause 1.1 means that the Bidder should have
achieved the specified criteria with any of the following conditions:
i. The work/order is started earlier to the stipulated period. In such cases, entire
executed quantity/value of the relevant work vide that work order shall be
considered for evaluation.
ii. The work/order is started and completed within the stipulated period. In such
cases, entire executed quantity/value of the relevant work vide that work
order shall be considered for evaluation.
iii. The work/order is started within the stipulated period but not completed as on
the last date of stipulated period. In such cases, “In Progress” executed
quantity/value of the relevant work vide that work order as on the last date of
stipulated period, shall be considered for evaluation.
Page 3
OT-17-18/ OT-16 Dozer QR
b
The bidder shall also be considered qualified, in case the award for reference work has been
received by the Bidder either directly from owner of plant or intermediary organization form
which it has receive the order. However, documentary evidence from such owner of plant
and/or the intermediary organization shall be required to be furnished by the Bidder along
with its bid in suppor of its claim of meeting the qualification requirement as per Clasue1.1
with any of the conditions mentioned in Notes (a) above. Further, documentary evidence
shall also be furnished by the Bidder in support of its claim of meeting the qualification
requirement as per Clasue 1.2 above.
2.0.0
FINANCIAL CRITERIA OF THE BIDDER:
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.421.40 Lakhs
(Indian Rupees Four Hundred Twenty One Lakh and Forth Thousand only).
In case a Bidder does not satisfy the annual turnover criteria, stipulated above on its own, its
Holding Company would be required to meet the stipulated turnover requirements as 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 Techno Commercial
bid documents, pledging unconditional and irrevocable financial support for the execution of
the Contract by the Bidder in case of award. For Joint Ventures/Consortiums, all the partners
of the Joint Venture/Consortium shall be collectively required to meet the turnover criteria.
B
The Net Worth of the Bidder as on the last day of the preceding financial year, of the date
of Techno-commercial Bid opening, shall not be less than 100% of the bidders 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 Subsidiary (ies) of the Holding Company
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. For
Consortiums/Joint Ventures, wherever applicable, the Net Worth of all Consortium/Joint
Venture members in combined manner should not be less than 100% of their 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+X3)/(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.
Page 4
OT-17-18/ OT-16 Dozer QR
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.
(i) Copies of the unaudited unconsolidated financial statements of the Bidder along with
copies of the audited consolidated financial statements of tis Holding Company.
(ii) 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 Financial Statements of the
company.
In cases where audited results for the last financial year as on the date of the
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 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 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.
NOTES for Clause 2.0.0
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.
iii
“Holding Company” and “Subsidiary Company” shall have the meaning ascribed to them,
as per Companies Act of India.;
Small Scale Industries registered with NSIC or having Udyog Aadhaar Memorandum are exempted
from submission of EMD on submission of documentary evidence.
Page 5
OT-17-18/ OT-16 Dozer QR
TERMS & CONDITIONS :
(a) All the documentary evidence like Possession of P.F.Code, GSTIN , concerned work order
copies / completion certificate, supporting documents, documents of annual turnover e.g. balance sheet
or profit & loss account sheet etc. are to be enclosed with the Technical Bid to fulfill all the above
mentioned Q.R.
(b) NTPC shall not responsible for any delay in receipt or non-receipt of applications caused due to
postal delay or any other reasons.
(c) The bidder has to submit application along with DEMAND DRAFT (Non-refundable) for
application fee (Cost of Tender Document/Application Money as per Point No. 04 , Mandatory
Information above) in favour of NTPC LIMITED., FSTPS, payable at SBI, Andua (Branch
Code-7099) with all documents as mentioned in the above format.
(d) The application envelope must be super scribed with tender Ref.No. & Name of the work. In case a
bidder desires to participate in more than one tender, separate application is required to be made against
each work accompanying a separate DEMAND DRAFT as mentioned above.
(e) Tender documents shall be issued to all the agencies, which have applied with relevant Application
Money. However, issuance of tender documents shall not automatically construe qualification of the
firm for award of work, which will actually be determined during evaluation of qualification
requirement documents for each tender as specified and bid evaluation after receiving of completed
Tender documents from the agencies.
(f) The EMD value for each tender as specified should be given in the tender documents, which is to be
submitted along with Technical & Price Bid.
(g) The Bid Opening date (LOU, EMD, QR & Technical Bid) is stated in the above with individual
work details and will also be mentioned in the tender documents. The Price Bid opening date shall be
intimated to the agency, which has qualified after scrutiny of the Technical Bid.
(h) The above specification is only indicative and details will be available in the tender
documents.However, interested parties are advised to visit the site and familiarize themselves with
actual site conditions, wherever applicable.
(i) If last date of receipt of application is a closed holiday for NTPC-Farakka, then the date shall be
shifted to the next working day.
(j) NTPC reserves the right to assess the capacity and capability of bidders after scrutiny of the
applications and reserves the right to reject any or all applications.
(k) Application with all relevant documents should reach in the office of AGM (CS) as per above
mentioned individual job detail. (Last date receipt of request for issue of tender documents)
(l) Address for communication: AGM (C&M) [Ph. No. 03512-226813] / Manager (CS), NTPC
LIMITED, Farakka Super Thermal Power Station, P.O. Nabarun, Dist. Murshidabad, Pin. 742 236,
West Bengal. (Phone No. 03512-226801/6803 /03512-226813/Fax No.03485-251901/03512-
226811/224214).
Page 6
OT-17-18/ OT-16 Dozer QR
GENERAL TERMS & CONDITIONS OF CONTRACT - TENDER ENQUIRY:
NTPC GENERAL CONDITIONS OF CONTRACT (GCC) FOR CIVIL WORK SHALL BE
APPLICABLE FOR THIS WORK. THE SPECIAL CONDITIONS OF CONTRACT WILL
FORM PART OF THE TENDER DOCUMENT AND SUPERCEDE PROVISIONS OF GCC
WHEREVER APPLICABLE.
Details of Earnest Money Deposit:
1. Earnest money shall be submitted in one of the following forms:
i. Crossed Demand Draft,
ii. Pay Order.
iii. Banker’s Cheque ;
iv. An irrevocable Bank Guarantee in our format as in annexure (B.G. as EMD shall only be
acceptable if the EMD value exceeds Rs.50,000.00.)
All the above financial/bank documents shall be drawn in favour of NTPC LIMITED from
any Nationalized or Scheduled Banks payable at SBI, Andua (Code No. 7099)/ UBI,
Khejuria (Code No. C/69)
2. EMD shall accompany with Letter Of Undertaking on non-judicial stamp paper of
appropriate value in our format.
3. Earnest Money shall be made payable to NTPC `On Demand’ without any condition/demure
to the owner. The bid guarantee shall be valid for a period of Six calendar months from the bid
opening date, however for bid security in the form of bank guarantee, validity of the security
shall be for Seven months. If the bid opening date is on 1st January, then bid guarantee shall be
valid upto and inclusive of following 31st July of the year for bank guarantee.
4. The EMD/ Bid guarantee of all unsuccessful tenders will be returned within 30 days after the
award of the contract, on production of a certificate to our department that all tender document
have been returned to us by the tenderer.
5. No interest will payable for the EMD/ Bid guarantee amount. EMD of successful bidders
will be converted to Security Deposit after Award of Contract.
6. The earnest money shall be forfeited on the following grounds:
(i) On revocation of the tender OR
(ii) On refusal to enter into a contract after award to a contractor OR
(iii) If the work is not commenced after the work is awarded to a contractor.
7. In case successful bidder submits Bank Guarantee (B.G.) against Earnest Money Deposit
(EMD), bidder has to furnish Contract Performance Security for 10% value of contract within
21 days from issue date of Letter of Award, covering the entire period of contract.