NTPC Limited
(A Govt. of India Enterprise)
SINGRAULI SUPER THERMAL POWER STATION
P.O. SHAKTINAGAR, DISTT. SONEBHADRA (U.P) - Pin 231 222
CONTRACT SERVICES
(DOMESTIC COMPETITIVE BIDDING)
NIT No. 9900156900
1.0 NTPC invites bids from eligible Bidders for Overhauling of HT/LT Motors and
other misc. works through e-tender
2.0 Brief Information of NIT
NIT Subject
Overhauling of HT/LT Motors and other misc. works
NIT No.
9900156900
Estimated Cost
Completion Period
24 Months
Document download/ Sale Start Date & Time
06.06.2018
Document Download/ Sale Close Date & Time
25.06.2018 upto 15:30 hrs
Source of IFB/NIT
Singrauli Super Thermal Power Station
Contract Classification
Works Contracts
Last Date for seeking clarification
Bid submission Start date
06.06.2018
Bid submission End date
25.06.2018 upto 15:30 hrs
Technical Opening Date & Time
26.06.2018 15:30 hrs
Price Bid Opening Date & Time
To be informed later.
Cost of Bidding Documents
Rs. 1125/-
EMD Amount in INR
Rs 1,00,000/-
3.0 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
GePNIC vendor code and
Password
Follow Clause No-4 as below
Vendors already having SAP
vendor code, but does not have
GePNIC 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 GePNIC 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. GST 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
4.0 Mode of Payment for purchase of tender document:
a. On-Line: Vendors can view/download the complete tender document after logging in our e-tender site
"eprocurentpc.nic.in" without paying tender fee.
b. In case of any difficulty, please contact help desk no- 0120-2952319
c. Off-Line: Tender Cost in the form of DEMAND DRAFT drawn in favour of bNTPC LTD.b and
payable at STATE BANK OF INDIA, SHAKTINAGAR, (Br. Code No.5767) OR UNION BANK OF
INDIA, SHAKTINAGAR, (Br. Code No.541486) shall be submitted to our office which is not
refundable. However, Pay Order/Bankers Cheque shall also be acceptable, if the same is issued by
SBI/UBI, Shaktinagar.
Exemption on Cost of Tender Document: Refer Clause 5 (iii) (c) below.
5.0 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 GePNIC system.
i. bEMD Envelopeb 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 / Bankerbs Cheque in favor of NTPC Limited and drawn preferably on
SBI, Shaktinagar Branch, Shaktinagar (Branch Code-5767) or UNION BANK OF INDIA,
SHAKTINAGAR, (Br. Code No.541486)/ .
b) In case EMD amount is >Rs 50000/- then, besides above:
Bank Guarantee (BG) from a Nationalized Bank / other banks (as per NTPC approved list) will also 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 90
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 bYesb.
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 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.
d) Further, in tender, participating MSMEs 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 L-1 price in a situation where L-
1 price is from someone other than a Micro and Small Enterprises, and such Micro and Small Enterprises
shall be allowed to supply up to 20 percent of total tender value. In case of more than one such MSE, the
supply will be shared proportionately (to tendered quantity).
However, for procurement of services or supplies where splitting of quantity is not possible, the award shall
be as follows:
(i) Award shall be given to L1 bidder if L1 bidder is a MSE.
(ii) In case L1 bidder is not 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 for full quantity shall be placed
on the MSE vendor who matches its price with L1 bidder at the price quoted by L1 bidder.
(iii) 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 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 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.
In case of any doubt on eligibility of such exemption/concession, bidder may get clarification from NTPC
official before submission of his bid.
e) The Bid Security of all the unsuccessful Bidders will be returned after award of the Job.
f) 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.
g) No interest shall be payable by NTPC on the Bid Security.
h) 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.
6.0 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.
7.0 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.
8.0 Brief Description of items:- Overhauling of HT/LT Motors and other misc. works
9.0 Qualifying Requirements of Bidders:
1. The bidder should have executed/ Completed the work of
Maintenance/Repair/Rewinding/ Overhauling of motors which include HT
motor during last 7 years, ending last day of the month previous to the
month of NIT having minimum Contract values as indicated below:
a. Three executed/completed contracts, as above, of value not less than Rs. 16
Lakh each.
OR
b. Two executed/completed contracts, as above, of value not less than Rs. 20
Lakh each.
OR
c. One executed/completed contract, as above, of value not less than Rs. 32
Lakhs.
2. The average annual turnover of the bidder in the preceding three (3)
completed financial years ending with Financial Years 2016 b 17 shall be
not less than Rs. 40 Lakhs.
Following documents must be uploaded at GePNIC site on designated place, 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 GST Certificate
V. Copy of valid independent PF code no. issued by concerned RPFC.
VI. Copy of PAN card.
10.0 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.
11.0 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.
12.0 NTPC will not be responsible for any loss/late receipt/non-receipt of tender Fee and EMD documents due
to any postal delay or delay in any form in transit.
13.0 Tender document is not transferable.
14.0 Package Co-ordinator:
Shri Lal Ratnakar, DGM (C&M) NTPC /SSTPS , Mob. No. 9450925360, e-mail: lalratnakar@ntpc.co.in
Address for Communication:
15.0 The Addl. General Manager (C&M)
NTPC Limited, Singrauli Super Thermal Power Station
P.O. Shaktinagar b 231 222, Distt. Sonebhadra (U.P)
Phone No.05446-232187,
E-mail : amitkumar02@ntpc.co.in
The DGM (C&M)
NTPC Limited, Singrauli Super Thermal Power Station
P.O. Shaktinagar b 231 222, Distt. Sonebhadra (U.P)
Mobile No. : 9450925360
E-mail : lalratnakar@ntpc.co.in