NTPC Limited
(A Govt of India Enterprise)
Talcher Super Thermal Power Station
Notice Inviting Tender
NIT No: 9900137035A
I. SEALED SEPARATE TENDERS ARE HEREBY INVITED ON BEHALF OF NTPC LIMITED FOR THE
FOLLOWING WORK FOR NTPC LIMITED, TALCHER KANIHA.
A. Brief Details
Bid Invitation Number
9900137035A
Name of the Job
Collection and sale of cenosphere from Ash Pond at
NTPC TSTPS-Kaniha for one year.
Reserve Price in INR
130.00 Lakh
Document sale Commencement Date
23.10.2017
Document sale Close Date
07.11.2017
Source NIT
Talcher Super Thermal Power station
Contract Classification
Services
Last Date and Time for Bid Submission
22.11.2017, 15.30 Hrs
Bid Opening Date & Time (Technical)
22.11.2017, 16.00 Hrs
Price Bid Opening Date & Time
Shall be communicated to the qualified bidders
separately
Cost of bid document in INR
2250.00
EMD in INR
2,60,000.00
II. Earnest money deposit (EMD):
A. Bid Security/EMD and LOU shall be submitted in a sealed envelope, which should be superscribed
Collection and sale of cenosphere from Ash Pond at NTPC TSTPS-Kaniha for one year”. NIT ref
no. 9900137035 due on date __.__.2017 from ____________ (Name and Address of bidder). ,
separately offline by the stipulated bid opening date and time at the address given below. Any bid
without an acceptable Bid Security (if applicable) shall be treated as non-responsive by the employer and
shall not be opened.
B. The EMD offered shall, at bidders option, be in the form of (i) A Crossed Demand Draft/Pay
Order/Bankers Cheque in favour of NTPC Limited payable at SBI, Telesingha (code-6257) or UCO
Bank Kaniha (code-0909) or UCO Bank Deepsikha (code-1889). or (ii) an unconditional and
irrevocable Bank Guarantee (BG) from any of the banks specified in the bidding documents. The format
of Bank Guarantee towards bid security shall be in accordance with the ‘Proforma for BG’ included in
the bidding documents. While getting the Bank Guarantee issued, Bidders are requested to ensure
compliance to the points mentioned in Bank Guarantee Verification Check List in the bidding
documents. Bidders are required to fill up this check list and enclose the same along with the bank
guarantee. EMD for an amount less than or equal to Rs.50,000.00 shall not be accepted in the form of
bank guarantee. EMD shall not be accepted in any other form.
C. The bid security shall remain valid for a period of forty five (45) days beyond the original bid validity
period or beyond any extension in the period of bid validity subsequently requested
D. ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY WITHIN THE
SCHEDULED TIME SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-
RESPONSIVE AND BID SHALL NOT BE OPENED.
III. BRIEF SCOPE OF WORK :
Collection and sale of cenosphere from Ash Pond at NTPC TSTPS-Kaniha for one year.
This tender is for selling the rights for collection and sale of cenosphere from any of the ash pond
in service, for a period of 01 (one) year. NTPC- Kaniha is presently having two dykes namely (a)
Stage-I dyke, (b) Stage-II dyke situated at about 5-8 km from the power station. Each dyke has
two Lagoons and one over flow lagoon. Number of ash pond in service depends on the number of
units in operation at a particular time. Any ash pond can be in service depending on the
availability and requirement of station. Cenosphere collection from ash pond, drying of
cenosphere, storing of cenosphere, Testing of cenosphere, transportation of Cenosphere and sale
of cenosphere or any work related to cenosphere will be in the scope of purchaser of rights. Once
the rights are sold, NTPC-Talcher will not have the responsibility for any activity related to
Cenosphere collection processing & sale.
IV. QUALIFYING REQUIREMENTS
1.0
TECHNICAL CRITERIA
(i) The bidder should be a company or a firm.
(ii) The Bidder should have at least one year experience in Harvesting of Cenosphere from Ash Pond of
a coal based thermal power plant of capacity 200 MW or above prior to the date of bid opening.
(iii) The Bidder who are in the business of Cenosphere and do not meet the requirement at (ii) above,
can also participate provided the bidder Collaborate(s)/Associate(s) with the party who meet the
requirement under (ii) above, which the Bidder itself is not able to meet.
(iv) Bidder seeking qualification through clause No. (iii) shall furnish undertaking jointly executed by it
and its Collaborate /Associate for the successful performance of the contract as per owner’s format
enclosed in the bidding document. The deed(s) of joint undertaking(s) shall be submitted along with
the Techno-Commercial Bid, failing which the bidder shall be disqualified and its Techno-Commercial
Bid Shall be rejected. Further in case of award, Bidder’s Collaborate(s)/Associate(s) shall be required to
furnish an on-demand Bank Guarantee as per the format enclosed with the Bidding document for a value
equal to 1% (one percent) of the total contract price in addition to the Contract Performance Security to
be furnished by the bidder.
2.0
FINANCIAL CRITERIA
The average annual turnover of the Bidder in the preceding three (03) financial years as on the date of
techno- commercial bid opening shall not be less than Rs.130 lakh (Rupees One Hundred Thirty lakhs
only) per Annum.
Note:
1.
Other income shall not be considered for arriving at annual turnover.
2.
In cases where audited results of the last financial year as on the date of techno commercial bid opening are not
available, the financial results certified by a practising chartered accountant shall be considered acceptable. In case,
Bidder is not able to submit the certificate from practising 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
V. GENERAL TERMS AND CONDITIONS:
1. DOCUMENTS TO BE SUBMITTED WITH TECHNICAL BID:
Legible copies of the following documents duly signed by the authorized representative of the bidder
are to be submitted in support of the qualifying requirement along with technical bid.
A) (i) Award letter / Work Order with bill of quantities (ii) proof of value of work executed as
mentioned at (B) below
B) Documentary evidence issued by the 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). An employer means Government /
Large Industrial Organizations / Public Sector Enterprises.
C) Partnership deed/ affidavit for proprietorship/ certificate of incorporation/ articles of association
etc with latest changes, if any.
D) The deed(s) of joint undertaking(s) as per QR Technical Criteria Point 1.0 (iv) (Format attached
with NIT)
E) Copy of Power of Attorney of Authorized Signatory (if applicable)
F) The bidder should have independent P.F. code number allotted by Regional Provident Fund
Commissioner. Copy of PF code allotted by RPFC must be submitted with technical bid.
G) GST & PAN.
H) Declaration of Fraud Presentation policy & Banning Policy (Format attached with NIT)
NTPC if so desire may verify the performance of the bidder from their respective clients.
2. Two part bidding system shall be followed for the subject package. There shall be three envelopes.
Envelope-1 must contain Earnest Money Deposit (EMD) and be superscribed “EMD/ Original bid
security for the work of Collection and sale of cenosphere from Ash Pond at NTPC TSTPS-
Kaniha for one year”, NIT ref no.9900137035 due on date: __.__.2017 from
___________________________________________ (Name and Address of bidder).
(A) Envelope-2 must contain (i) supporting documents for fulfilling qualifying requirements, as
mentioned at IV.1 above, (ii) technical bid in our original technical bid documents issued. The
second envelope must be superscribed Collection and sale of cenosphere from Ash Pond at
NTPC TSTPS-Kaniha for one year ", NIT ref no. 9900137035 due on date: __.__.2017 from
______________________________________ (Name and Address of bidder).
(B) Envelope-3 must contain price bid duly filled in our original price bid documents issued. The
third envelope must be superscribed Collection and sale of cenosphere from Ash Pond at
NTPC TSTPS-Kaniha for one year, NIT ref no. 9900137035 due on date: __.__2017 from
_______________________________ (Name and Address of bidder).
(C) (i) All 03 (Three) envelopes must be sealed individually, (ii) these three envelopes must be
enclosed & sealed in one envelope, (iii) the envelope containing these three envelopes must be
superscribed Collection and sale of cenosphere from Ash Pond at NTPC TSTPS-Kaniha
for one year, NIT ref no. 9900137035 due on date: __.__.2017 from
_____________________________________ (Name and Address of bidder).
3. Bids shall be received up to 3.30 pm on the scheduled date of opening of technical bid and shall be
opened at 4.00 pm in the Contract Services department /TSTPS, in presence of bidders or their
authorised representative who wish to be present.
4. If the last date of receiving application and date of bid opening coincides with a holiday, the date will
be shifted to the next working day.
5. First EMD envelope shall be opened. Technical Bids (2
nd
envelope) of bidders who have submitted
EMD in acceptable form to NTPC shall be opened next. If the bidder qualifies as per the QR and terms
and conditions of NIT, their price bid shall be opened on the scheduled date as notified in NIT or on
the date to be intimated after evaluation of technical bids.
6. No deviation will be allowed on price basis, period of completion, deduction of security deposit and
other statutory deductions. Bids with such deviation shall be considered as non-responsive.
7. NTPC takes no responsibility for any loss/delay/non-receipt of tenders sent by post. Offers received
late/incomplete are liable for rejection. Sealed bids must be sent at the ‘address for communication’
only.
8. 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)/ Associates(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.
The above right to undertake the physical assessment shall be applicable for the qualifying requirements
stipulated in the various sections of the tender documents.
9. NTPC reserve the right to reject or accept any tender without assigning any reasons thereof.
10. Above details are only indicative. Other detailed terms and conditions shall be as per our tender
documents. Interested bidders are advised to visit the site and familiarize themselves with the site
conditions.
11. First time users not allotted any vendor code are required to approach NTPC at least five working
days prior to Document Sale Close date along with following documents for issue of vendor code. (i)
Filled EFT form ( Agency must fill E-MAIL ID )duly certified by bank (ii) photocopy of PAN & GST
NO (if applicable) (iii) Cancel cheque.
ADDRESS FOR COMMUNICATION:
SR.MANGER(CS)
OR
AGM(CS)
NTPC LIMITED
TALCHER SUPER THERMAL POWER
STATION,
P.O. : DEEPSHIKHA - 759 147,
DISTRICT : ANGUL,(ORISSA)
DIAL : 06760-247244
FAX : 06760-243232/243912
Email: shembram@ntpc.co.in
WEBSITE : ntpctender.com OR ntpc.co.in
E.F.T. Form
(FOR NEW VENDOR )
To,
Addl. General Manager (F & A),
Talcher Super Thermal Power Project,
NTPC Ltd., At/PO: Deepshikha,
Dist.: Angul, Orissa.
Dear Sir,
Ref.: AUTHORISATION OF ALL OUR PAYMENTS THROUGH ELECTRONIC FUND TRANSFER SYSTEM.
We, hereby authorize NTPC Ltd., Talcher Super Thermal Power Project, At/PO: Deepshikha, Dist. Angul, Orissa to make all our
payments through Electronic Fund Transfer System. The details for facilitating the payments are given below:
(TO BE FILLED IN CAPITAL LETTERS)
1. NAME OF THE BENEFICIARY :
2. ADDRESS :
PIN CODE :
3. TELEPHONE NO. WITH STD CODE / MOB. NO. :
4. BANK PARTICULARS
A) BANK NAME :
B) BANK TELEPHONE NO. WITH STD CODE :
C) BRANCH ADDRESS :
PIN CODE :
D) BANK FAX NO. WITH STD CODE :
E) 9 DIGIT MICR CODE OF THE BANK BRANCH
(ENCLOSE COPY OF A CANCELLED CHEQUE)
F) BANK ACCOUNT NUMBER
G) BANK ACCOUNT TYPE (TICK ONE) : SAVING CURRENT LOAN CASH CREDIT OTHERS
H) IFSC CODE
5. PERMANENT ACCOUNT NUMBER (PAN)
6. E-MAIL Address for Intimation regarding release of payments :
I/We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit is not effected at all for
reasons of incomplete or incorrect information, I/ We would not hold the Company responsible.
SIGNATURE
DATE
(AUTHORISED SIGNATORY)
Name :
OFFICIAL STAMP
BANK CERTIFICATION:
It is certified that above mentioned beneficiary holds a Bank No…………………………………………. with our branch and
the Bank particulars mentioned above are correct.
DATE SIGNATURE
(AUTHORISED SIGNATORY)
Authorisation No.: …………………….
Name :
OFFICIAL SEAL