NTPC Limited
(A Government of India Enterprise)
Rihand Super Thermal Power
NOTICE INVITING TENDER (NIT)
FOR
Dredging work in Overflow Lagoon of Ash Dykes of NTPC Rihand
(Domestic Competitive Bidding)
NIT No: 40084081 Date:09.04.2018
Bidding Document No: ADM-9094-200075716
1.0 NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:
2.0 Brief Details
07.05.2018 15:30:00 Technical Opening Date & Time
Works Contract
EMD in INR
Contract Classification
Source of IFB/NIT
NIT Date
NIT No.
Document Sale Commencement Date & Time
Document Sale Close Date & Time
Last Date and Time for Bid submission
Bid Opening Date & Time
Cost of Bidding Documents in INR
09.04.2018 20:00:00
24.04.2018 14:59:00
07.05.2018 15:00:00
07.05.2018 15:30:00
2,665.00
40084081
09.04.2018
Rihand Super Thermal Power
438000.00
Pre-Bid Conference Date & Time (if any)
Last Query Date (if any) 30.04.2018
3.0 Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline/online by the stipulated
bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact (if
applicable) shall be treated as non-responsive by the employer and shall not be opened.
4.0 A complete set of Bidding Documents may be downloaded by any interested Bidder on payment (non-refundable) of the cost of
the documents as mentioned above in the form of a crossed account Payee demand draft in favour of NTPC Ltd., Payable at
SONEBHADRA or directly through the payment gateway at our SRM Site
(https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart). For logging on to the SRM Site, the bidder would require vendor code
and SRM user id and password which can be obtained by submitting a questionnaire available at our SRM site as well as at NTPC
tender site (www.ntpctender.com). First time users not allotted any vendor code are required to approach NTPC at least three working
days prior to Document Sale Close date alongwith duly filled in questionnare for issue of vendor code and SRM user id/password.
5.0 Brief Scope of Work & other specific detail
Dredging work in Overflow Lagoon of Ash Dykes of NTPC Rihand
6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding
documents.
7.0 Qualifying Requirements for Bidders:
1.00 QUALIFYING REQUIREMENTS:
1.1 Average annual turnover of the bidder in the preceding three(3) financial years as on the date of bid opening (original
scheduled) should not be less than Rs. 218.72 lacs.
1.2 The bidder must have experience of having successfully executed work of "Dredging in waterways/water
channels/Reservoir/Dam/Canal/River/Ports/Dockyard/Naval or any combination of above mentioned dredging works" during the last
7(seven) years ending last day of the month previous to one in which bids are originally scheduled to open and should be either of the
following:
a) Three orders of value not less than Rs 87.49 lacs each.
OR
b) Two orders of value not less than Rs 109.36 lacs each.
OR
c) Single order of value not less than Rs 174.98 lacs.
Notes :
a) The word #executed# mentioned in clause 1.2 means that the bidder should have achieved the criteria specified in clause 1.2 with
any of the following conditions :
Case-I : The work is started earlier (prior to the period stipulated in Clause-1.2) but completed within the stipulated period as
mentioned in clause 1.2. In such cases, entire executed value of the relevant work vide that work order shall be considered for
evaluation.
Case-II : The work is started and completed within the stipulated period as mentioned in clause 1.2.
Case-III : The work is started within the stipulated period as mentioned in clause 1.2 but not completed as on the last date of stipulated
period. In such cases, #In Progress# executed value of the relevant work vide that work order as on the last date of stipulated period,
shall be considered for evaluation.
Remarks : (I) Any of the above cases shall be supported by documentary evidence issued by the owner.
b) Other income shall not be considered for arriving at annual turnover.
c) 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
that financial parameters is not available.
---------------------------END OF QR-------------------------------
II. Mode of payment for purchase of tender documents:
a) On-line:
Bidders can view/download the tender documents after logging in our e-tender site:
i) By clicking on #e-tender# in home page of www.ntpctender.com
ii) In the Internet browser directly type the URL
https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart
After logging to our e-tender site as mentioned above, the bidder can pay the requisite tender fee through payment gateway by clicking
#pay tender fee# as mentioned in the #Bidder#s Manual# and Guidelines to Bidders# which are available on the SRM Login screen.
In case of any difficulty, please contact help desk no. 0120-2952319
b) Off-line: Tender fee can be made in form of Demand Draft only in favor of NTPC Ltd., payable at State Bank of India,
Rihandnagar (code no.7523), Bijpur or Union Bank of India, Rihandnagar (code no. 550116), Bijpur and the same should reach
NTPC Rihand in the communication address given at S.No.10.
c) Exemptions of cost of tender documents : Refer clause No. (III)(iii)(c).
Request for tender
documents received after the last date as mentioned, due to delays of postal/courier services or without requisite cost of tender
documents shall not be entertained.
In case request for Tender Documents is obtained by post, any delay or loss will be the sole responsibility of the Contractor and NTPC
shall not be responsible for any postal/communication delay.
III. Bid Security (EMD): Bidder has to submit earnest money deposit (EMD) in hard copy (off-line) of requisite value in a separate
envelope super scribing #EMD Envelope# which must reach the office at the address mentioned below 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 :
i) Pay order / demand draft / Bankers cheque in favor of NTPC Limited, from any Nationalized or scheduled bank, payable at
the State Bank of India, Code No.7523 or Union Bank of India, Code No.550116, Rihand Nagar (Bijpur), Dist. Sonebhadra (UP).
OR
ii) E-Payment by Credit Card/Debit card/Net Banking on the NTPC e-tender portal.
b) In case EMD amount is more than Rs.50,000/-, 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. 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 has to be submitted in this regard. Bidder shall ensure that
all the points of check list are replied in #Yes#.
c) Micro and Small Enterprises (MSEs) registered with District Industries Centres or Khadi and Village Industries Commission or
Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and
Handloom or Udhyog Aadhar or 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 bid documents free of cost and shall be exempted from paying
Earnest Money Deposit.
Further, in case of tenders where splitting of quantity is possible, participating MSEs quoting price within price band of L1 + 15
percent shall also be allowed to supply a portion of requirement by bringing down their price to L1 price in a situation where L1 price
is from someone other than a Micro and Small Enterprise and such Micro and Small Enterprise shall be allowed to supply up to 20
percent of total tendered value. In case of more than one such MSE, the supply will be shared proportionately (to tendered quantity).
However, in case of tenders where splitting of quantity is not possible, participating MSEs quoting price within price band of L1 + 15
percent shall be allowed to execute the package by bringing down their price to L1 price in a situation where L1 price is from someone
other than a Micro and Small Enterprise. The award shall be made as follows:
Award shall be given to L1 bidder if L1 bidder is a MSE. In case L1 bidder is not a MSE, then all the MSE vendor(s) who have quoted
within the range of L1 + 15%, shall be given the opportunity in order of their ranking (starting with the lowest quoted MSE bidder
and so on) to bring down its price to match with L1 bidder. Award shall be placed on the MSE vendor who matches the price quoted
by L1 bidder.
If no MSE vendor who has quoted within range of L1 + 15% accepts the price of L1 bidder then the award shall be made to the L1
bidder. The benefit as above to MSEs shall be available only for goods/services produced & provided by MSEs for which they are
registered. MSEs seeking exemption and benefits should enclose a attested/self certified copy of registration certificate, giving details
such as stores/services, validity (if applicable) etc. failing which they run the risk of their bid being passed over as ineligible for the
benefits applicable to MSEs.
Note: Generally in tenders having Item wise evaluation, splitting is allowed unless otherwise specified in the Special Conditions to
Contract (SCC). Further, in tenders having Package wise evaluation generally splitting is not allowed. Please refer Special Conditions
of Contract for specific tender provisions.
The benefits as above to MSEs shall be available only for goods/ services produced and provided by MSEs for which they are
registered.
MSEs seeking exemption should enclose a attested/ self attested copy of valid registration certificate giving details such as validity,
stores/ services, etc. failing which they run the risk of their bid being passed over as ineligible for the benefits applicable to MSEs.
d) The bid security of all the unsuccessful bidders will be returned after award of the job.
e) No interest shall be payable by NTPC on the Bid Security.
f) 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.
IV. 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 (NO Deviation Certificate) online as per format enclosed. 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 the 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.
V. Clarification on Bidding documents: Bidder can seek clarification through e-mail or in hard copy upto 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.
VI. Issuance of Tender Document to any bidder shall not construe that bidders are considered qualified. The qualification status shall
be examined by the Tender Committee during the process of evaluation.
VII. Following credentials are to be submitted by the bidders along with bid documents in support of meeting the qualifying
requirement as stipulated for each package.
a) Legible Copies of Award letter with Bill of Quantities of similar nature, job completion certificate, copies of MB (bills/receipts)
etc. in proof of value of work executed, clearly indicating the executed value of the work.
b) Audited Balance sheet and Profit & Loss account.
c) Partnership deed/affidavit for proprietorship/certificate of incorporation.
d) Copy of PF code allotted by RPFC.
e) Copy of GST Registration.
f) Proofs of execution of orders value, turnover and other requirements to meet the QR for the work, as mentioned above.
g) Cost of tender documents (Non-refundable) as mentioned above in the form of Demand draft only.
h) PAN and GST Registration.
VIII. General Conditions:
a) The bids shall be received upto 15.00 Hrs. on date of Bid Opening shall be opened at 15.30 Hrs. on the same date as stipulated
above in the presence of bidder, who wish to be present.
b) In case, the date of Bid opening coincides with HOLIDAY, the shifted to next working day at the same time.
c) Details of the work to be executed and terms & conditions of the tender are stipulated in the tender documents.
d) Notwithstanding anything stated above, NTPC reserves the right to assess bidder#s capability & capacity to perform the contract,
should the circumstances warrant such assessment in overall interests of the Owner.
e) NTPC reserves the right to issue, reject any or all bids or cancel/withdraw the invitation for bids without assigning any reason
whatsoever thereof and in such case no bidder/intending bidder shall have claim arising out of such action.
f) Tender document is not transferable.
8.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
9.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT for the subject package without assigning any
reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of such action.
10.0 Address for Communication
PACKAGE IN-CHARGE:
P K. SABAT, AGM(Contracts)
ADMINISTRATIVE BUILDING, NTPC LIMITED ,
RIHANDNAGAR, DISTT: SONEBHADRA (UP) # 231223
Telephone : 05446 # 247216 Fax : 05446-242110
e-mail: pksabat@ntpc.co.in
SAURABH KUMAR, SR. MANAGER (CONTRACTS)
ADMINISTRATIVE BUILDING, NTPC LIMITED
RIHANDNAGAR, DISTT: SONEBHADRA (UP) # 231223
TELEPHONE : 05446 # 247227 FAX : 05446-242110
e-mail: saurabhkumar@ntpc.co.in
KISHOR KUNAL SINGH, MANAGER (CONTRACTS)
ADMINISTRATIVE BUILDING, NTPC LIMITED
RIHANDNAGAR, DISTT: SONEBHADRA (UP) # 231223
TELEPHONE : 05446 # 247207 FAX : 05446-242110
e-mail: kishorkunalsingh@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in