1
NTPC Limited
(A Government of India Enterprise)
Kahalgaon Super Thermal Power Station
PO-Kahalgaon, Dist-Bhagalpur (Bihar)
FAX-06429-226644/226281
NOTICE INVITING TENDER (NIT)
(Domestic Competitive Bidding)
NTPC invites bids from eligible Bidders for Development of Low Lying Area by filling pond ash above 5 KMs up to
10 KMs at KhSTPS, vide CS No.-1009/5506 through e-tender under Open Tender Two Envelope bidding.
1.0 Brief Information of NIT
NIT Subject
Development of Low Lying Area by filling pond ash above 5 KMs
up to 10 KMs at KhSTPS, vide CS No.-1009/5506
NIT No. /Date
40079963 dtd
Estimated Cost
Rs. 381.21 lacs.
Completion Period
12 months
Document Sale Start Date & Time
01.11.2017, 15:41 Hrs
Document Sale Close Date & Time
11.11.2017, 17:30 Hrs
Source of IFB/NIT
Kahalgaon Super Thermal Power Station
Contract Classification
Services Contracts
Last Date for seeking clarification
18.11.2017
Last Date and Time for Bid submission
02.12.2017, 15:30 Hrs.
Technical Opening Date & Time
02.12.2017, 15:31 Hrs.
Price Bid Opening Date
To be informed later
Cost of Bidding Documents
Rs.2,655.00
EMD Amount in INR
Rs. 8,48,000.00 (For details including exemption of EMD, refer
clause-5 as mentioned below)
2.0 Bidder can view/download the complete set of Bid document as per the following procedure.
Type of Vendor
Required Document for viewing/downloading our tender document
Vendors already having
SRM vendor code and
Password
Follow Clause No-4 as below
Vendors already having
SAP vendor code, but does
not have SRM Login ID and
Password
Step-1: The agency has to furnish Duly Filled Annexure-2 (format given
below). It should reach us at least five working days prior to Last
Date of Tender Fee Payment
Step-2 After compliance of step-1, Follow Clause No-4 as below
New Vendor neither having
any vendor code in SAP
nor
any SRM login id and
Password
Step-1
The agency has to furnish the followings:
A. Duly Filled Annexure-1 (format given below)
B. PAN card scanned/photo copy (self Attested)
C. EFT form(Format Given Below), duly filled and endorsed by their
banker
D. Copy of PF Documents
E. Service Tax Registration
F. ESI Code / Undertaking for ESI
All these should reach us at least seven working days prior to
Last Date of Tender Fee Payment
Step-2 After compliance of step-1, Follow Clause No-4 as below
3.0 Mode of Payment for purchase of tender document:
2
a) On-Line:
a. Vendors can view/download the tender document after logging in our e-tender site
i. by clicking on “e-Tender” in home page of www.ntpctender.com or
ii. by directly going to the e-tender site in the following address.
https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart
After logging in to our e-tender site as mentioned above, the interested bidder can pay the
tender fee as mentioned in the Bidder’s Manual and Guidelines to Bidderswhich are
available on the SRM Login screen.
In case of any difficulty, please contact help desk no- 0120-2952319
b) Off-Line: DD/Banker’s Cheque shall be made in favour of NTPC Ltd. preferably payable at SBI
CSTPP Area Branch Colgong (Branch code:6949) or Allahabad Bank, Branch code:0211932,
NTPC Township Branch and should reach NTPC, Kahalgaon in the address given at sl. No.17.
c) Exemption on Cost of Tender Document: Refer Clause 5 (iii) (c) below.
d) Tender fee is non-refundable.
4.0 Bid Security: (EMD):
Bidder has to submit earnest money deposit (EMD) in hard copy (offline) of requisite value in a separate
envelope super scribing “EMD Envelope”, which must reach the office at the address mentioned at Sl. No. 17.0
before the bid submission deadline as mentioned in the e-tender of our SRM system.
i. “EMD Envelope” should contain the EMD of requisite value, strictly in valid form as mentioned
below at sl. no. iii. a) / b) as per applicability or valid supporting document in support of seeking
exemption of EMD as iii. c).
ii. If Bid Security (EMD) in Original of any agency is not received in a sealed envelope, their
bid shall not be opened. If the EMD amount submitted by any agency is less than the
stipulated EMD, their offer shall be rejected.
iii. EMD may be furnished in any of the following forms:
a) For EMD amount of any value:
Pay Order / Cross Demand Draft / Banker’s Cheque in favor of NTPC Limited and drawn
preferably on SBI, CSTPP Branch, Kahalgaon (Branch Code-6949) or Allahabad bank, NTPC
Township Branch, Branch Code-0211932
b) In case EMD amount is >Rs 50,000.00 then, besides above:
Bank Guarantee (BG) from a Nationalized Bank / other banks (as per NTPC approved list) also will
be acceptable. Format of BG against Bid Security and List of Banks for Bid Security are attached
as Annexure-I and VII respectively. BG should be unconditional and irrevocable and should be
valid for a period of 45 days beyond the bid validity period. The Bank Guarantee Verification
Check List duly filled in as per format attached as Annexure-V has to be submitted in this regard.
Bidder shall ensure that all the points of check list are replied in “Yes”.
c) SSI units of Bihar / SSI units (of other states) registered with the National Small Scale Industries
Corporation shall be exempted from the payment of Earnest Money Deposit. Bidders seeking
exemption should submit a Photocopy of valid registration certificate preferably attested by Notary /
Gazetted Officer/ Magistrate 1st class, giving details such as validity, stores etc.
If the validity of the certificate has expired or the stores items not matching with the tendered
items run the risk of their tenders being passed over as ineligible for this
concession/exemption.
In case of any doubt on eligibility of such exemption/concession, bidder may get clarification from
NTPC official before submission of his bid.
3
d) The Bid Security of all the unsuccessful Bidders will be returned after award of the Job.
e) The Bid Security shall be forfeited in any of the following circumstances by the Owner without any
notice or proof of damage to the Owner:
(i) If the Bidder withdraws or varies its Bid during the period of Bid validity specified by the Bidder in
the Bid Proposal.
(ii) In case the Bidder does not accept the corrections towards the discrepancies in their bid, where
ever the breakup of prices have been asked separately.
(iii) If any deviation, variation or additional condition etc found anywhere in our technical and / or /
Price Bid implicit or explicit, shall stand unconditionally withdrawn, without any cost implication
whatsoever to employer, failing which the bid security shall be forfeited.
(iv) In the case of a successful bidder, if the bidder fails within the specified time limit to furnish the
acceptance of Letter of Award / Purchase Order.
(v) In the case of successful Bidder, if the Bidder fails, within the time limit, to furnish the required
Contract Performance Guarantee in case the same is required as per conditions of the P.O / LOA.
(vi) If the bidder / their representative commit any fraud while competing for this contract pursuant
to Fraud prevention policy of NTPC.
f) No interest shall be payable by NTPC on the Bid Security.
g) ANY BID NOT ACCOMPANIED BY A BID SECURITY IN A SEPARATE SEALED ENVELOPE, SHALL BE
REJECTED BY THE EMPLOYER AS BEING NON RESPONSIVE AND RETURNED TO THE BIDDER
WITHOUT BEING OPENED.
5.0 No Deviation Certificate:
No deviation, whatsoever, is permitted by the Owner to any provisions of bidding Documents.
The acceptance of above is an attribute of the on line Bid Invitation and the Bidders are required to
confirm acceptance of Compliance to All Provisions of Bidding Documents (NIL Deviation Certificate)
on line as per format enclosed at Annexure-III placed in Schedules and formats section. Only
after acceptance of the above condition the bidder shall be allowed to submit the bid.
In case any deviations, variations and additional conditions are found anywhere in the bid (Techno
Commercial Bid & Price Bid), the same shall not be given effect to in evaluation and it will be
considered that the bidder complies to all the terms and conditions of Bidding Documents without
any extra cost to the Owner irrespective of any mention to the contrary, anywhere in the bid, failing
which the Bid Security of the Bidder be forfeited.
6.0 Clarification on Bidding Documents:
Bidder can seek clarifications through e-mail or in hard copy up to the time specified as mentioned
in the bidding document.
The queries will be answered by NTPC and posted in the c-Folder. The bidders can view all queries
and all answers once they are posted in the c-Folder.
7.0 Brief Description of items:- Development of Low Lying Area by filling pond ash above 5 KMs up to 10 KMs at
KhSTPS, vide CS No.-1009/5506”.
4
8.0 Qualifying Requirements of Bidders:
In addition to the requirements stipulated in Section ITB (Instructions to Bidder), the bidder should
also meet the qualifying requirements stipulated hereunder:
1.0.0 Technical Criteria
1.1.0 Bidder should have executed the following works within the preceding seven (7) years prior to
the date of Techno-Commercial bid opening:
1.1.1 Bidder should have executed the filling and compaction work of at least 2,30,000 Cu.m Of
earth/ ash/ sand or any combination of earth, ash and sand in any one (1) year period, in one (1)
or maximum two (2) concurrently running contracts".
1.1.2 Bidder should have executed Civil construction work or civil maintenance work in any NTPC
stations/ SEBs/ Govt. /Semi Govt./ PSU/ “NSE or BSE enlisted Company” within the
preceeding seven(7) years prior to the date of Techno-Commercial bid opening as per the
following criteria:-
One work of value not less than Rs. 338.85 Lacs each
Or
Two work of value not less than Rs. 211.78 Lacs each
Or
Three works of value not less than Rs. 169.42 Lacs each
Notes for Technical Criteria:
a) The word “executed” mentioned in the above clauses 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 but 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.
(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.
b) Any of the conditions mentioned in Notes (a) and execution of work as per clause
1.1.0 shall be supported by documentary evidence issued by the owner.
c) The "one (1) year period" in clause 1.1.1 means any continuous 12 months period.
However, for two (2) concurrent works the same 12 months period shall be
considered.
d) Reference works executed by the bidder as a member of Joint Venture/ Consortium/
Associate can also be considered provided:
The allocation of scope of work between the partners of Joint Venture/ Consortium/
Associate is clearly defined in the executed Joint Venture Agreement/ Consortium
5
Agreement/ Deed of Joint Undertaking and Bidder's scope of work and break-up of
quantities executed by them as individual contribution in the Joint Venture/
Consortium/ Associate, duly authenticated by the Project Authority, meet the
relevant provisions of qualifying requirement.
In case the reference work has been executed by the Bidder in an integrated Joint
Venture wherein allocation of scope of work and break-up of quantities between the
partners is not clearly specified in the integrated Joint Venture Agreement, then for
Clause 1.1.1 and 1.1.2 above, the credit of executed quantities can be claimed by the
bidder in the ratio of bidder's share in the integrated Joint Venture Agreement,
provided the bidder establishes that it regularly undertakes works at Clause 1.1.1 and
1.1.2 above. The executed works/ quantities by integrated Joint Venture shall be duly
authenticated by the Project Authority.
e) Reference work executed by a Bidder as a sub-contractor may also be considered
provided the certificate issued by main contractor is duly certified by Project
Authority specifying the scope of work executed by the sub-contractor in support of
qualifying requirements.
2.0.0 Financial Criteria
(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 INR. 423.57
Lakhs (Indian Rupees Four crore twenty three lacs fifty seven 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 JV/consortium shall be
collectively require 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, should 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.
6
Net worth in combined manner shall be calculated as follows:
Net worth (combined) = {(X1+X2+X3)/ (Y1+Y2+Y3)} X 100
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.
(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 its
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 Annual
Financial Statements of the company.
In cases where audited results for the last financial year as on the date of the Techo-
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 Financial Criteria
(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 incomes 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.
7
i. Following documents must be uploaded in the c-folder, failing which the offer shall be liable for
rejection:
I. Qualifying Requirement: Total credential to fulfill all the criteria as mentioned in Qualifying
requirement of the NIT.
II. Technical Bid:
a. All TECHNICAL DATA SHEETS as per the format provided in the tender document duly filled.
b. Any other data/information as sought in our tender document
III. Company/Firm Details:
a. Document related to legal status of the Bidder (i.e., Sole Proprietorship Concern/Partnership
Firm/ Private Limited Companies/ Public Limited Companies and Statutory Corporation/
Consortium/ Joint Venture), Name and address (es) of the sole proprietor / partners / Board
of directors.
b. Memorandum and articles of association/photocopy of partnership deed/affidavit of
proprietorship.
IV. Copy of Service tax registration certificate.
V. Copy of Sales Tax Registration / VAT Certificate
VI. Copy of valid independent PF code no. issued by concerned RPFC.
VII. Copy of PAN card.
VIII. Copy of ESI Certificate/Undertaking for submission of ESI (As per Annexure-X mentioned in the bid
document)
ii. Participation in the tender does not automatically mean that the bidders are considered qualified.
NTPC shall evaluate the qualifying requirement of each bidder as per NIT after opening of technical
bid and the bids of the bidder who is not meeting the qualifying requirement shall not be considered.
iii. NTPC reserves the right to reject any or all bids or cancel/withdraw the invitation for bids/IFB without
assigning any reason whatsoever and in such case no bidder/intending bidder shall have claim
arising out of such action.
iv. NTPC will not be responsible for any loss/late receipt/non-receipt of applications for tender
documents/bids due to any postal delay or delay, in any form, in transit.
v. If the last date for receiving applications/ selling of bids/ date of bid opening coincides with holiday,
the date will be shifted to the next working day.
vi. Tender document is not transferable.
vii. Package Co-ordinator:
1) Ms. Bipasha Mallick, e-mail:bipashamallick@ntpc.co.in
viii. Address for Communication:
AGM(C&M)
Kahalgaon Super Thermal Power Project
NTPC, Kahalgaon,
Dist: Bhagalpur
State: Bihar
PIN: 813214
8
Annexure No 1
Request for Login ID on NTPC e-Tender.
If you are not a supplier/Contractor of NTPC, and interested in participating
in e-tenders in NTPC, please fill in the following.
Form A
New Vender (prospective)
Name: ___________________________________________________
Address: ___________________________________________________
___________________________________________________
___________________________________________________
State: _________________ City: _______________________
Country: ______________
Pin: _________________
Telephone NO: _______________ Extn: ________
Fax Number: _______________
Email ID: ___________________________________________________
Your Company’s Bank Name _______________________________________
Account Number: ____________________________________
Branch: _____________________________________________
Address: _____________________________________________________
________________________________________________________
PAN number: ___________________________________________________
CST number: ___________________________________________________
Excise Regn Number: _____________________________________________
SSI Number: ___________________________________________________
Contact Person’s Name: ___________________________________________
Designation: _____________________________________________
Bid Invitation number interested in: __________________
DD details as tender fee: Issuing Bank: _____________________________
No: _____________ Date of Issue: __________
Amount: _________ DD Valid till:__________
Note: Please download, print and fill this form. Submit it to the Package in charge/
Contact person as mentioned in the Bid Invitation along with the DD of required amount.
DD should be in favor of “NTPC Ltd” payable at the ordering location mentioned in the
Bid Invitation.
9
Annexure No 2
Request for Login ID on NTPC e-Tender.
If you are already a supplier/contractor of NTPC, and interested in
participating in e-tenders of NTPC, please fill in the following form.
Form B
For Existing Venders:
Existing Vender Code with NTPC: ________________Pre ERP
Post ERP
Phone Number: ____________________ Extn: _________________
Email ID:_______________________________________________________
Contact Person’s Name: ___________________________________________
Designation: _______________________________________________
Bid Invitation number interested in: _________
DD details as tender fee: Issuing Bank: _____________________________
No: _____________ Date of Issue: __________
Amount: _________ DD Valid till: __________
Address and other detail (Only in case of change)
Name: ___________________________________________________
Address: ___________________________________________________
___________________________________________________
___________________________________________________
State: _________________ City: ____________________
Country: ______________
Pin: _________________
Telephone NO: _______________ Extn: ________
Fax Number: _______________
Email ID: ___________________________________________________
Your Company’s Bank Name _______________________________________
Account Number: ____________________________________
Branch: _____________________________________________
Address: ____________________________________________
_____ ______________________________________
Note: Please tick the appropriate box in front of vender code to indicate whether the vender code given is
Pre-ERP or Post ERP.
Tender fee payment can be given through DD or payment Gateway. In case the option of DD is opted
should be in favor of “NTPC Ltd” payable at the ordering location mentioned in the Bid invitation.
Request for Login may be sent through E-mail or manually sent to Package in charge / Contact person as
mentioned in the Bid Invitation.
10
Annexure-3
E.F.T. Form
Bidder’s Name and Address: To,
NTPC Limited,
.............................................
.............................................
Dear Sirs,
We, hereby authorize the 0wner 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 NUMBER (WITH STD CODE)
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)
11
(E) BRANCH CODE
(F) 9 DIGIT MICR CODE OF THE BANK BRANCH (ENCLOSE COPY OF A CANCELLED
CHEQUE)
(G) BANK ACCOUNT NUMBER
(H) BANK ACCOUNT TYPE (TICK ONE)
SAVING
CURRENT
LOAN
CASH CREDIT
OTHERS
IF OTHERS, SPECIFY,
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
transaction is delayed or credit is not affected at all for reasons of incomplete or incorrect
information, I/We would not hold the owner responsible.
SIGNATURE
(AUTHORISED SIGNATORY)
DATE________________ NAME_______________________
OFFICE STAMP
BANK CERTIFICATION:
It is certified that above mentioned beneficiary holds a bank account no.
.................................... with our branch and the Bank particulars mentioned above are
correct.
SIGNATURE
(AUTHORISED SIGNATORY)
DATE________________
Authorization
No.:....................................
NAME: __________________________
OFFICE STAMP