NTPC Limited
(A Govt. of India Enterprise)
ER-1, HQ,Patna
NOTICE INVITING TENDER(NIT)/INFORMATION FOR BIDDER(IFB)
FOR
ENGAGEMENT OF AN AGENCY FOR TRANSPORTATION OF COAL FROM AMRAPALI
MINE OF CCL TO KATKAMASANDI RAILWAY SIDING & LOADING OF COAL IN
INDIAN RAILWAYS WAGONS FOR ONWARD TRANSPORTATION TO NTPC BARH-II
(2X660 MW) THROUGH RCR MODE
(Domestic Competitive Bidding)
NIT No.: 9900157904 Date:18.06.2018
1.
NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly
mentioned hereinafter:
2.
BRIEF DETAILS
NIT No
9900157904
Source of IFB/NIT ER-1 HQ,Patna
Contract Classification O&M Service
Last Date and Time for Bid Submission 09.07.2018 up to 17:00:00 Hrs
Technical Opening Date & Time 10.07.2018 up to 15:00:00 Hrs
Price Bid Opening Date and Time Shall be intimated separately by NTPC
Cost of Bidding Document in INR(incl. GST) 10,620.00
EMD in INR 2,00,00,000.00
Pre-Bid Conference Date & Time Not applicable
Last Query Date 02.07.2018
3.0
Tender Fee(non-refundable), EMD/Bid Security and Integrity Pact & NO Deviation
certificate, shall be submitted in sealed envelopes separately by the stipulated bid
submission closing date and time at the address given below. Any bid without an
acceptable Tender Fee, EMD/Bid Security ,Integrity Pact and NO Deviation certificate 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.
Tender fee (non-refundable) of requisite value is to be paid in a separate envelope up to
last Date for Bid Submission
in the form of a crossed account Payee demand draft in favor
of NTPC Ltd., Payable at SBI ,Mauryalok, Patna of the cost of the documents.
For logging on to the GePNIC Site, the bidder would require user id and password which
can be obtained by enrolling at GePNIC site. First time users not allotted any vendor code
are required to approach NTPC at least Seven working days prior to
last Date for Bid
Submission
.
5.0 Brief Scope of Work & other specific detail
ENGAGEMENT OF AN AGENCY FOR
TRANSPORTATION OF COAL FROM AMRAPALI MINE OF CCL TO KATKAMASANDI
RAILWAY SIDING & LOADING OF COAL IN INDIAN RAILWAYS WAGONS FOR
ONWARD TRANSPORTATION TO NTPC BARH-II (2X660 MW) THROUGH RCR MODE
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 Qualification Requirements for Bidders
7.1.0
Technical Criteria:
The bidder should have executed work of Loading,
Transportation by road and unloading of Coal or any other mineral as per the
following criteria:
7.1.1 The bidder must have carried out above work and loading of
coal or any other mineral into rakes for a quantity of at least 50,000 MT of coal
or any other mineral in any one month and 15 Lakh MT in last 36 months prior
to techno commercial bid opening against single order or multiple orders.
Notes for Technical Criteria:
a)The word “executed mentioned in clause 7.1.1 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) The bidder must submit requisite credentials in support of having met
the qualifying requirements. A summary sheet of all documents need to be
submitted along with the technical offer. Summary sheet should clearly describe
the eligibility credentials. Credentials shall include:
(i) Purchase order/ work order copies
(ii) Work completion certificate against purchase order/Work order copies
7.2.1 Financial Criteria for bidder
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 112.84 Crore [Indian Rupees One Hundred Twelve Crore Eighty-Four Lakh
only]
a)In case a Bidder does not satisfy the average 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 bid documents, pledging
unconditional and irrevocable financial support for the execution of the Contract by
the Bidder in case of award.
b)
The Net Worth of the Bidder should not be less than 100% (Hundred percent) of
its paid-up share capital as on the last day of the preceding financial year on the
date of techno-Commercial Bid opening. In case the Bidder does not meet the Net
worth criteria on its own, it can meet the requirement of Net Worth based on the
strength of its Subsidiary (ies) and / or Holding Company and / or Subsidiary (ies)
of its Holding Company wherever applicable. In such a case, however, 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% (Hundred percent) of their total paid up share capital. However
individually, their Net Worth should not be less than 75% (Seventy Five Percent) of
their respective paid up share capitals.
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 shall 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
standalone 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 the
Holding Company.
II. A certificate from the CEO / CFO of the Holding Company, as per the format
enclosed with the bidding documents, stating that the unaudited
unconsolidated financial statements form part of the Consolidated Financial
Statements of the Holding Company.
III. In cases where audited results for the last financial years 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 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 reserve 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 the 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 income 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.
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
General Manager, Contract & Materials Department
NTPC Limited,
ER-1 HQ,
II Floor,
Lok Nayak Jay Prakash Bhawan,
Dak Bunglo Chauraha
Dist.- Patna
PIN- 800001 (Bihar)
Tel. No.: 0612-2221184
Fax No.: 0612-2230035
e-mail: dhirendrasharma@ntpc.co.in
Websites: https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com or
www.ntpc.co.in
11. Access To Tender Document:
This is an e- tender case without reverse auction. Tender document can be accessed / downloaded
from NTPC website: www.ntpctender.com.
In case of any difficulty, please contact help desk no-0120-4947444, 0120-4200462, 0120-
4001002, 0120-4001005, 0120-6277787
E-
Mail :
support-eproc@nic.in
12. Tender Fee Payment:
A)
The bidder has to submit Tender fee at NTPC, ER-1 HQ,Patna, through DEMAND
DRAFT (Non-refundable) in favor of NTPC Ltd., payable at SBI, MAURYA LOK
COMPLEX,Patna within the scheduled time.
B)
The application envelope must be super scribed with Bid Invitation no 9900157904.
C)
In case a bidder desires to participate in more than one tender, separate application is
required to be made against each NIT accompanying a separate DEMAND DRAFT as
mentioned above.
D)
Firms registered with NSIC/Micro & Small enterprises (MSEs) registered with the
National small industries corporation to register his Udyog Aadhaar Memorandum
(UAM) on Central Public Procurement(CPPP) and are exempted for tender fee
submission. Application along with a copy of Valid NSIC certificate/ Micro & Small
enterprises(MSEs) certificate to be submitted to NTPC ER-1 HQ, within the scheduled
time.
E)
Govt. notification from time to time regarding exemption of tender fee will be applicable
for this tender.
F)
Application with all relevant documents should reach well within schedule time. NTPC
will not be responsible in any way for late receipt of documents due to any postal delay
or delay of any form in transit.
13. 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
1. Vendors already
having GePNIC user
id and Password
Vendors can view/download the tender document after logging in our
GePNIC tender site
2. Vendors already
having SAP vendor
code, but does not
have GePNIC user
id and Password
Step-1: For logging on to the GePNIC Site, the bidder would
require user id and password which can be obtained by enrolling at
GePNIC site & with Class-3 Digital Signature Certificate (DSC).
Step-2 User id is to be forwarded along with user creation sheet
to package dealing executive.
3. New Vendor neither
having any vendor
code in SAP nor
GePNIC user id and
Password
Step-1
The agency has to furnish the followings:
A. PAN card scanned/photo copy (self-Attested)
B. EFT form,duly filled and endorsed by their banker
C. Copy of PF Documents
D. GST Registration
E. ESI Code / Undertaking for ESI
All these should reach us at least Four working days prior to Last
Date of bid submisssion
Step-2 After compliance of step-1, follow steps as mentioned
above at Sl.No. 2.
14.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. 10.0 before the bid submission deadline as
mentioned in the e-tender of our GePNIC 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, payable at Patna.
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. 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 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.
d. Submission of EMD is exempted from
IIMs/IITs/NITs/IISc./CBRI/CPRI/GSI/CWPRS/CWC and other Govt.
Institutes/agencies (excluding PSUs).
e. In case of any doubt on eligibility of such exemption/concession, bidder may get
clarification from NTPC official before submission of his bid.
f. The Bid Security of all the unsuccessful Bidders will be returned after award of the Job.
g.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:
1. If the Bidder withdraws or varies its Bid during the period of Bid validity specified by the
Bidder in the Bid Proposal.
2. 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.
3. 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.
4. 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.
5. 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.
6. If the bidder / their representative commit any fraud while competing for this contract
pursuant to Fraud prevention policy of NTPC.
h.No interest shall be payable by NTPC on the Bid Security.
i.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.
16. No Deviation Certificate:
No deviation, whatsoever, is permitted by the Owner to any provisions of bidding
Documents.
The Bidders are required to confirm acceptance of compliance to all Provisions of
Bidding Documents (NIL Deviation Certificate) on line as per format enclosed in
Schedules and formats section and submit alongwith Tender fee,EMD & integrity part in
separate envelop. Only after receipt of the above documents the bidder bid shall be
opened.
17. Clarification on Bidding Documents:
Bidder can seek clarifications through e-mail or in hard copy up to the time specified as
in the bidding document.
The queries will be replied by NTPC and posted in the GePNIC Portal. The bidders can
view all queries and all answers once the same are posted in the GePNIC Portal.
18. Following documents must be uploaded in the GePNIC Portal, failing which the offer
shall be liable for rejection:
i. Qualifying Requirement (If, required): Total credential to fulfill all the criteria as
mentioned in qualifying requirement of the IFB.
ii. Technical Bid:
iii. All TECHNICAL DATA SHEETS as per the format provided in the
tender document duly filled.
iv. Any other data/information as sought in our tender document
v. Company/Firm Details:
vi. 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.
vii. Memorandum and articles of association/photocopy of partnership
deed/affidavit of proprietorship.
viii. Copy of GST registration certificate.
ix. Copy of valid independent PF code no. issued by concerned RPFC.
x. Copy of PAN card.
VIII. Copy of ESI Certificate/Undertaking for submission of ESI .
19. 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.
20.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.
22. 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.
23. Tender document are not transferable.
25. Package Co-coordinator:
2. Sh. Gopinath Mandal, Sr.Manager(C&M), ER-1 HQ-Patna,Mob:9434018719/E-mail-
gopinathmandal@ntpc.co.in
Important Notes:-
1.The ‘Integrity Pact” as per ATTACHMENT-18 duly signed by the signatory authorized
to sign the bid, shall be sealed in a separate envelope entitled “ATTACHMENT-18:
INTEGRITY PACT failing which their Bid is liable to be rejected.
2. No deviation certificate duly signed by the signatory authority to sign the bid shall be
sealed in separate envelop, “NO DEVIATION CERTIFICATE” failing which the bid is
liable to be rejected
1. Sh. Dhirendra Sharma,Sr.Manager(C&M), ER-1 HQ-Patna,Mob:8544419430/ E-mail -
dhirendrasharma@ntpc.co.in