NTPC LTD
(A Government of India Enterprise)
NORTH KARANPURA SUPER THERMAL POWER
PROJECT
BIDDING DOCUMENTS
FOR
SUPPLY,ERECTION ,TESTING AND COMMISSIONING
OF 50 NOS SOLAR HIGH MAST LIGHT OF 15 M FOR
R&R WORKS OF NTPC,TANDWA
BIDDING DOCUMENT NO: 9900156846
(This document is meant for the exclusive purpose of bidding against this bid document no..
Specification etc. shall not be transferred, reproduced or otherwise used for purposes other than for
which it is specifically issued)
NTPC Limited
(A Government of India Enterprise)
North Karanpura Super Thermal Power Project
NOTICE INVITING TENDER (NIT/IFB)
FOR
SUPPLY,ERECTION ,TESTING AND COMMISSIONING
OF 50 NOS SOLAR HIGH MAST LIGHT OF 15 M FOR
R&R WORKS OF NTPC,TANDWA
(Domestic Competitive Bidding)
NIT /IFB No: 9900156846
Date –
1.0 NTPC Limited (NTPC), invites online Bids through Gepnic(https://eprocurentpc.co.in) on
Single Stage 3 cover basis from eligible bidders without Reverse Auction for the aforesaid
Package as per the scope of work briefly mentioned hereinafter:
2.0 BRIEF SCOPE OF WORK:
Supply, erection, testing and commissioning of 50 no’s solar high mast lights of 15 m for
R&R works
The detailed Scope of work and Technical Specifications are mentioned in the Bidding
Document.
3.0. NTPC intends to finance the subject package through Own Resources.
4.0. Detailed scope of work, specifications and terms & conditions are given in the Bidding
Documents, which are available for examination and sale at the address given below as per
the following schedule:
Package Reference/
Bidding Document
No/
NIT No. 9900156846
NIT Date
17.05.2018
Document Download/ Sale Start Date
&
Time
08.06
Document Download / Sale End Date
&
Time
04
.0
7
.2018,
17
: 00 Hrs (IST)
Source of IFB/NIT North Karanpura Super Thermal Power Station
Contract Classification Electrical works
Last/End Date and Time for Bid submission
04.07
.2018
,
up
to 17:00
Hrs (IST)
Technical Opening Date & Time
06.07
.2018 at 15:
0
0 Hrs (IST)
Last date of submission of Tender fee and EMD(off-
line)
04.07.2018
,
up to 17:00 Hrs (IST)
Price Bid Opening Date & Time
The date of opening of price proposal/price bid shall be
intimated separately by NTPC after completion of evaluation of
Techno-commercial proposal.
Cost of Bidding Documents in INR
2250
.00
per set (inclusive of GST)
Tender fee payment shall be submitted in the form of
Demand draft drawn in favor of NTPC Ltd,Payable at
Hazaribagh.
MSE(Micro & Small Enterprises registere
d with
NSIC/DIC(District Industries centre
)/Udyog Aadhar for
goods produced and services rendered are exempted
from tender fee.
However traders are excluded from the
purview of public procurement policy.
Publice
procurement policy for MSEs should not be Extended
against tenders for works contracts.
MSE bidders should furnish declaration regarding UAN
number on CPPP failing which such bidders will not be
able to enjoy the benefits as per the public procurement
policy for MSEs order,2012 for tenders invited
electronically through CPPP.
Govt. notification from time to time regarding exemption of
Tender Fee will be applicable for this
tender.
EMD in INR(off-line)
Rs.
5,00,000.00
Acceptable form of EMD
DD/Benker,s cheque/Banker,s pay order in favour of
NTPC Ltd. Payable at Hazaribagh or BG in
prescribed format with check list for EMD value
more than Rs.20,000.00
Submission of tender fee an d EMD amount
The bidders are
requested to send the fee and E
MD
well in advance to be receive in the NTPC,Tandwa
office before the scheduled bid submission end date
failing which the bid shall be liable for rejection.
Bidders seeking exemption from EMD/Tender fee as
per clause no..4.0 of ITB should upload photocopy
of valid exemftion certificate in GepNIC in fee cover
Pre-Bid Conference Date & Time (if any)
Not applicable
Reverse auction
Not applicable
Last Date to seek clarification/
Last Query Date
27
.06.2018
, 16:00 hrs (IST)
(After this date
queries shall not be entertained)
5.0 Tender fee and EMD to be submitted by bidder off-line.
6.0 Tender fee shall be submitted in the form of Demand Draft drawn in favour of NTPCLtd.
payable at Hazaribagh.
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(NSIC) or Directorate of Handicrafts and Handloom or Udyog 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.
The above benefits to MSEs are meant for procurement of only goods produced and services
rendered by MSEs. However, traders are excluded from the purview of Public Procurement Policy
and not eligible for Benefits to MSEs.Public procurement policy for MSEs should not be Extended
against tenders for works contracts.
MSE bidders should furnish declaration regarding UAN number on CPPP failing which such bidders will not
be able to enjoy the benefits as per the public procurement policy for MSEs order,2012 for tenders invited
electronically through CPPP.
Govt. notification from time to time regarding exemption of Tender Fee will be applicable for this
tender.
The bidders are requested to send Tender Fee/ MSE/ NSIC/ Udyog Aadhar certificate and EMD,
Power of Attorney well in advance to NTPC Ltd., Tandwa office so as to reach before the
scheduled bid submission end date and MSE’s should upload MSE/ NSIC/ Udyog Aadhar
certificate in Fee cover in GePNIC, failing which the bid shall be liable for rejection.
7.0 All bids must be accompanied by tender fee and bid security/EMD
Any Bid not accompanied by the acceptable TENDER FEE and Bid Security in a separate
sealed envelope shall be rejected by the Employer/NTPC as being non-responsive and
returned to the bidder without being opened.
8.0. Qualifying Requirements for Bidders
In addition to the requirements stipulated in Section ITB (Instructions to Bidder),
the bidder should also meet the qualifying requirements stipulated here under: -
8.1.0 Technical Criteria:
a) The bidder should have supplied, installed & commissioned Solar High Mast
Lighting system for any project/station of NTPC/SEBs/Govt./Semi-
Govt./PSU/"NSE or BSE enlisted company" within the preceding seven (7) years
prior to the date of Techno -Commercial bid opening.
OR
The bidder should have supplied, installed and commissioned High Mast Lighting
system of minimum 15-meter height AND should have supplied, installed and
commissioned Solar Street Lighting System" for any project/station of
NTPC/SEBs/Govt./Semi-Govt./PSU/"NSE or BSE enlisted company" within the
preceding seven (7) years prior to the date of Techno -Commercial bid opening.
b) The Bidder should have executed work of "Supply, Installation and Commissioning
of High Mast Lighting system" for any project/station of NTPC/SEBs/Govt./Semi-
Govt./PSU/"NSE or BSE enlisted company" within the preceding seven (7) years
prior to the date of Techno -Commercial bid opening as per the following criteria-
One work/order of value not less than Rs. 264.24 Lakh (INR Two Hundred Sixty-
Four Lakh Twenty-Four Thousand only).
OR
Two works/orders of value not less than Rs. 165.15 Lakh (INR One Hundred Sixty-
Five Lakh Fifteen Thousand only) each.
OR
Three works/orders of value not less than Rs. 132.12 Lakh (INR One Hundred
Thirty-Two Lakh Twelve Thousand only) each.
8.2.0 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 shall not be less than Rs. 330.30
Lakh (Indian Rupees Three Hundred Thirty Lakh thirty thousand only).
b) 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 unaudited unconsolidated financial statements of the Bidder along
with copies of the audited consolidated financial statements of the 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 financial statements of the
Holding Company.
In case 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 also 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 proceeding 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 the financial parameters are not available.
Notes:
(a) The word "executed" mentioned in clause 8.0 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) Certificate/documentary evidence from owner of the organization shall be required
to be furnished by the Bidder along with its bid in support of its claim of meeting
the qualification requirement as per Clause 8.0 with any of the conditions
mentioned in Notes (a) above.
(c) Other income shall not be considered for arriving at annual turnover.
(d) "Holding Company" shall have the meaning ascribed to it as per Companies Act of
India.
9.0. The bidder shall have to submit the following documents in support of meeting the
QR along with their bid
9.1.0- The bidder to submit documentary evidence in support of clause no.8.1.0 of QR
9.2.0 Copies of audited balance sheet and profit and loss account for the preceding three
(3) financial years in support of clause 8.2.0 of QR
10.0 Notwithstanding anything stated above, the employer reserves the right to asses the
capabilities and capacity of the bidder/his collaborators/ associates/
subsidiaries/group companies to perform the contract, should the circumstances
warrant such assessment in overall interest of the employer.
The physical assessment shall include but not limited to the assessment of the
office/facilities/bankers/reference works by employer. A negative determination of
such assessment of capacity and capabilities may result in the rejection of the bid.
11.0. NTPC reserves the right to reject any or all bids or cancel/withdraw the Invitation for
Bids (IFB) 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.
12.0 Issuance of bid documents to any Bidder shall not construe that such bidder is
considered to be qualified. Bids shall be submitted online. Bidder shall furnish Bid
Security separately offline as detailed in Bidding Documents by the stipulated bid
submission closing date and time at the address given below.
13.0 Transfer of Bidding Documents purchased by one intending bidder to another is not
possible. Only the bidder in whose name the tender documents are downloaded, is
allowed to submit offer. No bidder other than the original bidder in which name
documents are sold/downloaded can submit the offer.
14.0 A complete set of Bidding Documents may be downloaded by any interested bidder directly
through NTPC e-procurement portal, https://eprocurentpc.nic.in. For logging in to the e-
tender website, the bidder would require user ID and password which can be created at our
e-tender website and same has to be informed to concerned package coordinator. First
time users not allotted any vendor code are required to approach NTPC at least three (3)
working days prior to document sale end date alongwith document like PAN Card, Address
proof and GST registration etc. for issue of vendor code.
Cost of tender document/tender fee as stipulated above shall be submitted offline before
bid submission date and time in NTPC/NKSTPP office.
Note: No hard copy of Bidding Documents shall be issued
15.0. Tenderers seeking exemption should upload valid exemption certificate in Fee cover in
GePNIC having details such as validity.
16. Bid Security/EMD and tender fee in original, for the requisite amount as stipulated above
shall be submitted prior to the stipulated bid submission closing date and time at the
address given herein below. If bid security/EMD and tender fee in original in a separate
sealed cover is not received or bids for which bid security & tender fee of inadequate value
is received, the same shall not be entertained and in that case, such bids shall not be
opened.
17.0 First time users not allotted any vendor code are required to approach NTPC at least five
working days prior to last date of bid submission and submit following details.
(a) For creation of vendor code:
i) Company/ Firm registration copy, GST registration copy, PAN detail copy
ii) Valid email ID, Contact No.
iii) Address Proof
iv) Cancelled cheque & EFT form (to be verified by bank)
Note: Format of EFT (Electronic Fund Transfer) form is attached along with tender documents.
(b) For registration in GePNIC (Govt. e-Procurement National Informatics Centre) portal
i) Go to site: https://eprocurentpc.nic.in/nicgep/app
ii) Click on online bidder enrolment & fill up your details
iii) Send the copy of registration acknowledgement to dealing officer of case.
18.0 Address for Communication:-
DGM (Contracts and Materials)
NTPC Limited,
North Karanpura Super Thermal Power Project
Contract and Materials Deptt; A-Block
PO-Tandwa.Dist-Chatra.
Jharkhand-825321.
Phone: 7320926198/9471701238
E-mail: dinabandhubera@ntpc.co.in
Websites: www.ntpctender.com or www.ntpc.co.in
or https://eprocurentpc.nic.in/nicgep/app
19.0. Bid Security and Integrity Pact shall be submitted in a sealed envelope separately offline
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.
20.0. Tender fee is non-refundable.
.21.0 Bid Security: (EMD):
EMD shall be submitted offline.
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 as mentioned before the bid submission deadline .
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, payable at
Hazaribagh.
b. In case EMD amount is >Rs 20,000.00 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. 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. SSI units of Jharkhand / 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.
If the validity of the certificate has expired run the risk of their tenders being passed over
as ineligible for this concession/exemption.
Submission of EMD is exempted from
IIMs/IITs/NITs/IISc. /CBRI/CPRI/GSI/CWPRS/CWC
and other Govt. Institutes/agencies
(excluding PSUs).
In case of any doubt on eligibility of such exemption/concession, bidder may get
clarification from NTPC official before submission of his bid.
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 has 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 commits 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.
h. Govt. notification from time to time regarding exemption of EMD and tender fee will be
applicable for this tender.
22.0. No Deviation Certificate:
No deviation, whatsoever, is permitted by the Owner to any provisions of bidding Documents.
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.
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)
E.
BRANCH CODE
E.
9 DIGIT MICR CODE OF THE BANK BRANCH
(ENCLOSE COPY OF A CANCELLED
CHEQUE)
E.
BANK ACCOUNT NUMBER
E.
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