Page 1 of 5
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
Construction of Village Diversion Road in Ash Dyke Area at NTPC Solapur STPP
(Domestic Competitive Bidding)
NIT/BI No: 40080741 Date: 21.09.2017
1.0 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:
2.0 BRIEF SCOPE OF WORK:
The brief scope of work for the subject package is as under:
The work to be performed under the specification consists of providing all labor, supervision,
materials, scaffolding, power, fuel, water, construction equipment, testing equipment, tools and
plants, supplies, transportation, cofferdams, dewatering, all incidental items not shown or
specified, but reasonably implied or necessary for successful completion of the work including
pollution control measures, approach / access / haulage roads, safety measures, Contractor’s
supervision and in strict accordance with the drawings and specifications.
The nature of work generally involves road cleaning manually/mechanically, preparation of
surface for laying WBM Grade 3 for shoulder, making camber, maintaining gradient as per the
specified slope to avoid rain water stagnation on road surface, PCC M25 block of precast
concrete between Bituminous road and shoulder in size of 250 mm wide and 100 mm depth
covering entire length of the road, watering & rolling for WBM-Grade-3 using 53 to 22.4 mm
size material and grouting with suitable screening material, providing & laying 75 mm thick
bituminous macadam base course to be prepared in hot mix plant, tack coat and premix carpet
of 25 mm thickness as specified in IRC other ancillary works associated with the completion
of package as per specifications, drawings, Schedule of Items and directions of the Engineer.
This work is to be done in Ash Dyke area near Fatatewadi on village diversion road for a length
of approximately 3.00 Km and 3.75 M wide including proper fanning at junctions and turning
location to provide proper turning radius. WBM works of Grade 1,2 & 3 is already completed
in village diversion road. Also agency has to submit the MTC for Kerb stone mentioning type
of cement used and records of concreting and curing, compressive strength of PCC M25 as
per IS-456.
Page 2 of 5
3.0 NIT Details:
NIT Number / Bid
Invitation Number &
date
40080741 dated 21.09.2017
Name of the work
Construction of Village Diversion Road in Ash Dyke Area at
NTPC Solapur STPP
Bidding System
Single stage, Two Envelope Bidding (e tendering - without
Reverse Auction)
Cost of Tender
Document
(TENDER FEE)
2,363/- (Rupees Two Thousand Three Hundred and Sixty Three
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 paid through our SRM
Portal payment gateway
http://www.ntpctender.com/nit/listNITs.asp?srm=1
Sale of Tender
Document
From 21.09.2017 11:00 Hours to 20.10.2017, 17:00 hours
Last date for receipt of
quarries from bidder
25.10.2017
Last date and time of
tender submission
31.10.2017 up to 15:00 hours (IST)
Techno-Commercial Bid
Opening Date and Time
31.10.2017 at 15:30 hours (IST), after scrutiny of EMD Envelope
Estimated cost (in INR)
92.78 Lakhs
Earnest Money Deposit
(EMD)
2,07,000.00 /- (Rupees Two Lakh Seven 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 an unconditional and irrevocable Bank Guarantee as per
NTPC Format from any of the banks specified in the bidding
documents or through e-payment as specified in the bidding
documents by the stipulated bid submission closing date and time at
the address given below.
Contract Period
Sixty(60) Days
Reverse Auction
Not applicable
4.0 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-tenderUser 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-tenderUser 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.
2. 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.
Page 3 of 5
New Vendor neither
having any NTPC
vendor code nor
any E-tenderUser 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.
2. 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.
5.0 Bid Security / EMD of requisite amount shall be submitted in a sealed envelope separately offline
or through e-payment as specified in the bidding documents 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.
6.0 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 24.0 of ITB.
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
Page 4 of 5
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 24.0 of ITB.
7.0 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 executed road works including bituminous works” in last 07
(Seven) years as on the date of Technical bid opening:
a) Single Contract of value not less than Rs. 82.50 Lakhs.
or
b) Two contracts of value not less than Rs. 51.54 Lakh each.
or
c) Three contracts of value not less than Rs. 41.25 Lakh each.
7.1.2 The word “executed” means the bidder should have achieved the criteria specified in
the above qualifying requirements within the preceding seven (07) years period even if the
contact has been started earlier/or is not completed/closed.
7.2 Financial criteria:
7.2.1 The average annual turnover of the bidder, in the preceding three (03) financial years as
on the date of technical bid opening shall not be less than 1.03 Cr. (Rupees one crore three
lakhs only) .Other income shall not be included in above.
7.2.2 In case where audited results for the last financial year as on the 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 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 parameter. Further, a certificate would be required
form the CEO/CFO as per the format enclosed in the bidding documents sating 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.
8 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.
Page 5 of 5
(e) GSTIN Registration certificate
(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.
9 "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.
10 Bidders are requested to check the Qualifying Requirements (QR) of the subject tender before
downloading / buying the tender document online.
11 Documents as a proof of meeting Qualifying Requirements shall be preferably uploaded online in
our SRM Portal.
12 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.
13 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.
14 Tender documents are not transferable.
15 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.
16 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.
17 Prospective bidders from Uttar Pradesh state are compulsorily required to provide TIN number at
the time of purchase of bidding documents,
18 Address for Communication
Address of Employer:
GENERAL MANAGER (C&M)
NTPC Limited
Solapur Super Thermal Power Project
A/P Fatatewadi, Post - Hotgi Station
Tal South Solapur, Solapur 413215
Telephone Number/s : 0217 - 2252550/9435325826
Fax Number/s : 0217 - 2252505
Email: shobapattabhiraman@ntpc.co.in /bnarasimha@ntpc.co.in/
anandshanker@ntpc.co.in/ poojasaha@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart
(or) www.ntpctender.com (or) www.ntpc.co.in
19 Registered Address
NTPC Bhawan, Core-7, Scope Complex,
Institutional Area, Lodhi Road, New Delhi-110003, Corporate Identification Number: L40101
DLI975 GOI007966, Website: www.ntpc.co.in