
format attached has to be submitted in this regard. Bidder shall ensure that all the points of check list are
replied in “Yes”.
c)
Small Scale Industries registered with the National Small Scale Industries Corporation (NSIC) under single
point registration scheme and SSI units registered with MP SSIDC for the said item/ services shall be exempted
from payment of Tender Fee and EMD. Exemptions of EMD and other benefits to MICRO AND SMALL
ENTERPRISES (MSEs) shall be governed as per enclosed ANNEX-IV. Bidders seeking exemption should
enclose a self certified legible copy of valid registration certificate giving details such as items/ services for
which registered, validity, monetary limit etc. along with their request of Tender Document. If the validity of the
certificate has expired or the stores items are not matching with the tendered items such requests run the risk of
their request being passed over as disqualified 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 their bid.
d)
The bid security of all the unsuccessful bidders will be returned as promptly as possible as per terms of
bidding documents.
e)
No interest shall be payable by NTPC on the Bid Security.
Any Bid not accompanied by a Bid Security (EMD) in a separate sealed envelope, may be rejected online by
the owner as being non-responsive and the technical bid envelop shall be returned to the bidder without being
opened.
6. No Deviation Certificate: Bidders has to mandatorily accept the “No Deviation Certification” as an Attribute as per Format
enclosed in C-folder.
7. Clarification on bidding documents: Bidder may seek clarification through e-mail or in hard copy (offline) upto the time
specified as mentioned in the bidding document. The queries will be answered by NTPC and posted in the C-folder/Brief of
amendments. The bidders can view all queries and all answers once they are posted in the C-folder.
8. Qualifying Requirements:
1. The bidder should have minimum of 2 years experience in Operation of Ash Water Recirculation System or Ash
Slurry System at thermal power station in India in a single contract or multiple contracts in the preceding seven (07)
years reckoned as on the date of techno-commercial bid opening.
2. The average annual turnover of the bidder during the preceding three financial years as on the date of bid opening
should not be less than INR6.27 million.
3. The bidder should have minimum 2 (two) years experience of the work (s) of “Operation of Ash Water Recirculation
System or Ash Ash Slurry System at thermal power station in India”, directly under “PSU”/ “Joint venture of PSU”/
“Govt. Department”/ “Quasi-Govt. department”/ “Public limited company”, during last seven (07) years as on bid
opening date, with following executed value (s) of contracts:
(a) Executed value not less than Rs. 10.03 million in a single contract.
Or
(b) Executed value not less than Rs. 6.27 million in two contracts each.
Or
(c) Executed value not less than Rs. 5.01 million in three contracts each.
9. Remarks:
1. The word “executed” means that the bidder should have achieved the progress specified in the QR even if total contract
is not completed /closed.
2. Bid opening date refers to the first scheduled techno-commercial bid opening date.
10. General Conditions: (For submission of bid)
( Sealed tenders signed in all pages should be submitted offline in two (02) parts: -
( (.' .
, (.' .$/0#"/(!"-
)$*$.'0$."/$+(.'21&',$71'$-"##!3
, The bids shall be received upto 10:30 Hrs. on date of Technical Bid Opening (PART-A and PART B in offline and
PRICE IN SRM), and PART-A and PART-B shall be opened at 11:00 Hrs. on the same date as stipulated above in the
presence of bidder, who wish to be present.
/ In case, the date of Bid opening coincides with HOLIDAY, it shall be shifted to next working day at the same time.
- In the evaluation and comparison of bids, NTPC Limited reserves the right to allow purchase preference to Central Public
Sector Enterprises (CPSEs) and Joint ventures with CPSEs as admissible under the existing policy of the Govt. of India.
$ All credentials pertaining to this NIT must be submitted before the date of Bid Opening as mentioned in the NIT.
For bid submission, mandatory acceptance of bidders in Attribute Tab of SRM required for Letter of Undertaking (as per
format attached in Tender documents in C-folder), No Deviation Certification (as per format attached in Tender
documents in C-folder), Fraud Prevention Policy, Safety Rules, Banning Policy and Integrity pact (if applicable).
% For other General Conditions i.e. Fraud Prevention Policy, Safety Rules, Banning Policy and Integrity pact (if applicable)
please visit our website http://ntpctender.com.
0 For any postal/communication delay, NTPC Limited will not be held responsible.
" Details of the work to be executed and terms & conditions of the tender are stipulated in the tender documents.