EMD/11495 Page 1 of 33
Instructions to Bidders
(Supplement for e-bidding)
For participating at e-tendering platform of NTPC Ltd (https://eprocurentpc.nic.in)
Introduction
Government e-Procurement System of NIC (GePNIC) is a generic software which can be directly used by
any Government Department. It has been configured for NTPC Ltd (https://eprocurentpc.nic.in) for use at
its apex level, and at multiple subordinate levels, at which tenders could independently be floated.
This e-Procurement Portal is designed, developed and hosted by
National Informatics Centre
(NIC), Government
of India in consultation with NTPC Ltd. It enables Vendors / Bidders to Search, View, Download tenders
directly and also enables them to participate & submit online bids and access to bid opening event to all on the
e-Tendering site https://eprocurentpc.nic.in from any place on 24x7 basis in a secured and transparent manner,
maintaining confidentially and security throughout the tendering process.
Bidders are requested to read the following conditions in conjunction with various other conditions,
wherever applicable appearing with this bid invitation for e-Procurement. The Conditions mentioned
herein under shall supersede and shall prevail over the conditions Enumerated in Instruction to Bidders
(ITB).
System Requirements
Supported Operating Systems:
Windows
Supported Office Tools (Word & Excel):
Microsoft Versions
Supported Browser:
Microsoft Internet Explorer version 6 and above
Browser settings:
Disable the 'Popup Blocker' in the browser under Tools. Make sure this is in 'Turn Off' mode. Add the e-
Procurement domain name in the 'Compatibility View' list of your browser Turn off the 'SmartScreen
Filter' in the browser.
Definition
Any reference to e-Tendering portal/e-procurement portal/GePNIC portal in the bidding documents shall
mean NTPC’s GePNIC portal having URL: https://eprocurentpc.nic.in.
EMD/11495 Page 2 of 33
1) ACCESSING/PURCHASING OF BID DOCUMENTS:
It is mandatory for all the bidders to have Class-III digital signature certificate (in the name of
person who will sign the Application) from any of the licensed certifying agency (“CA”)
[Bidders can see the list of licensed CAs from the link www.cca.gov.in to participate in e-
tendering of NTPC Ltd, for details regarding Digital Certificate Provider please refer to Para
8 of “Information about DSC” on the home page). All interested bidders are requested to
register themselves using the link “Online Bidder Enrollment” on the home page and enroll
their digital certificate during their first login attempt.
It is advised to take extreme precaution while mapping digital certificate to a particular user
profile. Once a digital certificate is enrolled to a user account, it cannot be used for any other
registration in the system.
The authorized signatory holding Power of Attorney shall only be the Digital Signatory. In
case authorized signatory holding Power of Attorney and Digital Signatory is not same
person, then the bid shall be considered non-responsive.
To participate in the bidding process against the NIT it is mandatory for the bidders to get
themselves registered with the e-Tendering portal (https://eprocurentpc.nic.in) and to have
user ID & password. Initial steps for participating in our E-tender is as per the table
mentioned below:
Type of
Bidder
Required I
nitial Steps for participation
Vendors already having NTPC
Vendor Code linked with
GePNIC (E- Procurement portal)
After login in our GePNIC e-Procurement portal
(https://eprocurentpc.nic.in) bidder can directly view/download
our tender documents. However, bidder has to pay requisite
tender fee through
DD/MSME/NSIC/DIC
, which should reach us
on or before bid submission deadline.
Vendors
already
having NTPC
Vendor
Code,
but does
not have
GePNIC
(E-
Procurement
portal) User
Id
and
Password
1.
Bidder is requested to complete Registration at our GePNIC e-
Procurement portal (https://eprocurentpc.nic.in) and generate
Login ID.
2.
For mapping of your e-tendering Login ID to your existing NTPC
vendor code, please furnish the following information by email to
the C&M deptt. NTPC/SSTPS, Shaktinagar, Sonebhadra (U.P)
3. After login in
our
GePNIC e-Procurement
portal
(https://eprocurentpc.nic.in) bidder can directly view/download our
tender documents. However, bidder has to pay requisite tender fee
through
DD/MSME/NSIC/DIC, which should
reach us on
or
before bid submission
deadline
EMD/11495 Page 3 of 33
New Vendor
neither having
any
NTPC
vendor code
nor any
GePNIC(E-
Procurement portal)
User
Id
and Password
1.
Bidder is requested to complete Registration at our GePNIC e-
Procurement portal (https://eprocurentpc.nic.in) and generate
Login ID.
2.
Duly filled EFT form (format attached with bidding documents
and also available on request) and PAN card scanned/ photo copy
(Self
Attested), cancelled cheque, GSTIN reg. no (if applicable) along
with the
detailed address proof should be sent to us for alongwith GePNIC User
Id generation of NTPC’s vendor code and mapping it
with your e-
tendering Login ID.
3.
After login in our GePNIC e-Procurement
portal
(https://eprocurentpc.nic.in) bidder can directly view/download
our
tender documents. However, bidder has to pay requisite tender
fee
through DD/MSME/NSIC/DIC, which should reach us on or
before bid submission
deadline.
Note 1: To view and/or to download bidding documents, it is not mandatory to have either GePNIC user ID
and/or NTPC’s vendor code. Any guest user can view and/or to download it. However, to participate in the
e-tendering process GePNIC user ID of e-tendering portal (https://eprocurentpc.nic.in) is mandatory as
described above.
Note 2 : Bidder has to submit their EMD through BC/Payorder/DD/MSME/NSIC/DIC/BG in Separate
sealed envelope as specify in tender document.
Note 3 : Bidder has to submit Tender Fee through DD/MSME/NSIC/DIC in another separate envelope.
Note 4 : EMD and Tender fee (both) in single envelope will not be acceptable. Hence bidders are requested
furnish tender fee and EMD in separate sealed envelope.
Note 5: Agency can submit their valid MSE certificate at Gepnic portal also for seeking exemption for
submission of EMD and tender fee as per MSMED Act-2006.
2) PREPARATION & SUBMISSION OF BID:
(i) Detailed Tender Notification may be downloaded from GePNIC
e-tendering portal
(https://eprocurentpc.nic.in)
and the bid
may be submitted online following the instructions
appearing on the screen and bidding documents.
Bidder manual Kit containing the detailed guidelines for e-tendering system is also available on home
page of the portal.
(ii) The following shall be the form of various documents in the bid:
Only Electronic Form (to be uploaded on the e-Tendering portal
https://eprocurentpc.nic.in
)
No Manual Bids/Offers shall be permitted (except for documents to be submitted offline also as per ITB). Bidder
has to upload relevant documents against all links provided in the covers on the e-tendering portal and submit the
duly filled price schedule (BOQ) online. Any document, other than the document links provided, should be
uploaded against the link ‘Other Documents'. The offers submitted through e- tendering system shall only be
considered for evaluation.
EMD/11495 Page 4 of 33
Following may be noted:
Bid can be submitted only during the validity of Digital Signature.
Vendors/Bidders are advised to read the instructions at Help for Contractor’ and Information about
DSC’ and Detailed ‘Bidder Manual Kit’ on the home page of e-Tendering portal before participation into
Tender.
The BOQ template (Price Schedule) must not be modified/replaced by the bidder and the same should be
uploaded after filling the relevant columns, else the bidder is liable to be rejected for that tender. Bidders
are allowed to enter the Bidder Name and Values only.
No Late and delayed Bids/Offers after Bid Submission End Date and time shall be permitted in e- Tendering
system. Time being displayed on our e-Tendering System shall be final and binding on bidder and bids have to be
submitted by bidder(s) considering this time only and not the time as per their location/country. The system time
(IST) that will be displayed on e-Tendering portal (Server System Clock) shall be the time and no other time shall
be taken into cognizance.
Bidder has to Click on the Freeze Bid Button, to ensure that he/she completes the Bid Submission Process.
Bids Which are not Frozen are considered as Incomplete/Invalid bids and are not considered for evaluation
purposes.
The amendments/clarifications/Errata to the bidding documents, if any, will be uploaded on the e-
Tendering portal of NTPC (https://eprocurentpc.nic.in).
3) MODIFICATION / RESUBMISSION/ WITHDRAWAL OF BID/OFFER:
The bidder/vendor may modify, resubmit or withdraw its online bid after submission, prior to the bid submission Due
Date and time. No bid shall be modified, resubmitted or withdrawn by the bidders on or after the bid submission Due
Date and time.
Any alteration/ modification in the Proposal or additional information supplied subsequent to the bid
submission Due Date and time, unless the same has been expressly sought for by the NTPC, shall be
disregarded.
Before withdrawal of a bid, it may specifically be noted that after withdrawal of a bid/offer for any reason,
bidder/vendor cannot re-submit the bid again.
DISCLAIMER
The bidder/vendor must read all the instructions in the Bidding Documents and submit the same
accordingly.
**************
EMD/11495 Page 5 of 33
TECHNICAL BID
EMD/11495 Page 6 of 33
Ref.No.031/C&M/CS/EMD/11495 Date: / /2018
To
The Intending Tenderer
Sub: Issue of Tender documents for the work of Overhauling of HT/LT Motors and other misc. works.
Ref: Our SRM/ GePNIC BI No. ……………………….
Dear Sir,
The aforesaid Tender documents consisting of the following papers are issued herewith:
1. Instructions to Tenderers : 1 copy
2. Special Instructions to Tenderers : 1 copy
3. NIT : 1 copy
4. Special Condition of Contract : 1 copy
5. Scope of Work, Package Specific Terms & Conditions : 1 copy
6. Preamble to Bill of Quantity : 1 copy
7. Bill of Quantity : 1 copy
8. Statement of Deviation : 1 copy
9. Vendor Details : 1 copy
10. Declaration : 1 copy
11. Undertaking from the Tenderer : 1 copy
12. General Declaration by Tenderer (Schedule-D) : 1 copy
13. Letter of Undertaking (LoU) : 1 copy
14. List of Banks for BG for EMD purposes : 1 copy
15. Proforma for Bank Guarantee : 1 copy
16. Checks of Bank Guarantee : 1 copy
17. Observance of Labour Laws & Contractor Liability : 1 copy
18. Special Instruction to Contractor for Environmental Protection : 1 copy
19. Form of Acceptance of Fraud Prevention Policy (Schedule-H) : 1 copy
20. GCC for O&M Works : May please be referred to in Contracts Cell.
21. Summary Details of Annual Turnover (Schedule-B) : 1 copy
22. Summary Details of Qualifying Requirements (Schedule-A) : 1 copy
Total No. of sheets: ……….
Contact Person: Sri Amit Kumar, AGM (C&M)
(
Lal Ratnakar
)
DGM (C&M)
Note: 1) EMD should be kept in one separate envelope. tender without EMD shall be liable for rejection. MSEs seeking exemption for
EMD should submit hard copy of attested/self certified valid MSE registration certificate, giving details such as validity, stores/services
etc. in separate sealed envelope mentioning tender no., bid due date and work details, on or before bid due date and time, failing which
they run the risk of their bid being passed over as ineligible for the benefits applicable to MSEs. Request for seeking exemption for EMD
by e-mail shall not be considered.
2) “THE BIDDERS ARE TO QUOTE THEIR RATE GST.
3) THE CONTRACTOR WILL COMPULSORILY TAKE INSURANCE UNDER WORKMEN COMPENSATION ACT FOR ALL THE
CONTRACT LABOURS ENGAGED BY HIM FOR THE EXECUTION OF CONTRACT. THE CONTRACTOR MAY APPRISE
HIMSELF OF LATEST APPLICABLE RULING IN THIS REGARD FROM THE INSURANCE COMPANY WHILE QUOTING
AGAINST THE TENDER.
4) THE INSURANCE PREMIUM SHALL BE PAID BY THE CONTRACTOR EITHER IN CASH OR THROUGH D/D.
5) THE CONTRACTOR HAS TO GET THE CHARACTER & ANTECEDENTS OF HIS/HER OWN AND THE LABOURERS
WORKING UNDER THEM VERIFIED FROM THE CONCERNED POLICE. THE REPORT IN THIS REGARD IS TO BE
SUBMITTED TO THE ENGINEER-IN-CHARGE OF THE WORK FOR RECORDS.
Thanking you,
Yours faithfully,
For and on Behalf of NTPC.
EMD/11495 Page 7 of 33
QSP-04 (b)/ FORMAT NO. XI
INSTRUCTION TO BIDDERS
Bidders are requested to read the following carefully and comply with.
1. Bidders must submit the “letter of undertaking” on non-judicial stamp paper of appropriate value as per Performa enclosed.
2. Bidder must fill and submit “Declaration”, “vender details” and “Statement of Deviation” complete in all respect along with the tenders.
Tenders with incomplete information are liable to be rejected.
3. Bidder must sign each and every page of the enclosed tender document and submit the same in sealed envelop super scribing the NIT No.,
Name of work, Bid opening date and EMD particulars.
4. EMD should be submitted in a separate envelope, super scribing NIT No. and EMD particulars.
5. The Earnest Money Deposit (EMD) of the value as indicated in NIT shall be submitted in any one of the following forms:
a) Banker cheque/ pay order duly pledged in favour of NTPC Ltd./ A Crossed demand Draft in favour of NTPC Ltd./ payable at state
bank of India, Shaktinagar (Code No.5767) or Union Bank of India, Shaktinagar (Code No. 541486).
b) An irrevocable bank guarantee of any nationalised or secheduled bank, in favour of NTPC Ltd provided the EMD amount is more than
Rs. 50,000/-. For which a copy of Performa of Bank Guarantee is enclosed.
c) A copy of standing EMD certificate of NTPC, Singrauli as per details given below:
Value of Work Amount of Standing EMD
Up to Rs 1.00 lac Rs 5,000/-
Up to Rs 5.00 lac Rs 10,000/-
Up to Rs 10.00 lac Rs 20,000/-
Up to Rs 15.00 lac Rs 30,000/-
Up to Rs 25.00 lac Rs 50,000/-
Up to Rs 40.00 lac Rs 80,000/-
Up to Rs 50.00 lac Rs 1,00,000/-
Up to Rs 75.00 lac Rs 1,50,000/-
6. The earnest money shall be made payable without any condition/demur to the Bid-Guarantee in any form of EMD as indicated above .
Bank Guarantee towards EMD shall remain valid for a period of 45 days beyond the original Bid validity period (180 days) or beyond any
extension in the period of Bid validity subsequently requested.
7. Total EMD as asked in the NIT is to be furnished as per Sl. no 05.
8. The tender not accompanied by EMD in accordance with aforesaid provision may be rejected by NTPC as “NON-RESPONSIVE BID”.
9. No interest shall be payable by the owner on the said amount covered under bid-guarantee/other security documents.
10. The EMD shall be forfeited in any of the following circumstances without any notice or proof of damage to the employer.
a) If the Bidder withdraws or varies its bid during the period of Bid validity.
b) If the Bidder does not accept the correction of its Bid Price pursuant to ITB Sub-Clause 23.2.
c) If the Bidder refuses to withdraw, without any cost to the Employer, any deviation, variation, additional condition or any other mention
anywhere in the bid, contrary to the provisions of bidding documents.
d) In the case of a successful Bidder, If the bidder fails, within the time limit.
(i) to sign the contract Agreement in accordance with ITB clause 27.0 and/or
(ii) to furnish the required Security Deposit in accordance with GCC clause 19.0.
e) If the bidder / his representatives commit any fraud while competing for this contract pursuant to Fraud Prevention Policy of NTPC.
f) In case the bidder/ contractor is disqualified from the bidding process in terms of section 3&4 of integrity pact.
11. GCC of NTPC LTD shall form part of this tender irrespective of the fact whether it has been issued with tender documents or not. If the
same is not issued, it would be referred to in our office.
12. NTPC reserve the right to reject any or all the quotations/tenders without assigning any reason therefore.
13. NTPC reserves the right to split the work in whole or part among two or more bidders as the case may be in the interest of the
organization. The bidder will not have any right for enhancement of rates or any other compensation due to such split of work.
14. All quoted rates/amounts should be given in figures as well as In words. Overwriting on the quotation/tender is not allowed and such
tender are liable to be rejected. In case of any discrepancy between figures & words , the rate in words shall be considered for the purpose
of evaluation
15. No condition regarding providing quarter shall be accepted for award of the contract. However, if the contractor requires a quarter for the
work at Shaktinagar, he may apply directly to the authorities through Engr-in-charge.
16. The bidders are required to quote their rates inclusive of all the cost towards labour, (Excluding GST) & duties, cost of men material and
T&P etc. supply of the same at site and all other sundry expenses required for execution of the work.
17. For the purpose of evaluation of the tenders and considering them for award, all the Tenderers shall keep their tenders valid for period of
six months from the date of opening of the tender. During this period, the tender agrees not to vary, alter or revoke his tender either in
whole or in part. If the tenderer, fails to keep his tender valid for six months or varies it terms and conditions during the said period, NTPC
shall be entitled to forfeit the bid-guarantee amount without any notice or proof of damages etc.
18. The bids shall be evaluated on the basis of BOQ units, quoted rates, any deviation to our specifications terms and conditions shall be
loaded and this evaluated total amount shall be the basis of evaluation.
19. The bidders may visit the site and get themselves apprised of the work before quoting.
20. The bidders are advised to go through standard ITB and GCC for O&M work before bidding against Tender Documents.
EMD/11495 Page 8 of 33
NTPC LTD.
SINGRAULI SUPER THERMAL POWER STATION
PO : SHAKTINAGAR, DISTT. SONEBHADRA (UP) - 231222
SPECIAL INSTRUCTIONS TO TENDERERS
Bidders are requested to carefully read the following and comply with, while submitting their bids.
Please note that on acceptance of Tender Fee & EMD, only Technical Bid shall be opened on bid opening
date indicated in the bid document/date mentioned at GePNIC site. Bid without Tender Fee & EMD shall be
liable for rejection. Price/Commercial Bid shall be opened only after evaluation of the Technical Bid for
which separate intimation shall be made.
CONTRACTOR’S SIGNATURE FOR & ON BEHALF OF NTPC
IMPORTANT NOTE
1. EMD should be kept in one separate envelope which should reach at the address given below on or before bid
submission date and time. However, MSE vendors seeking exemption for EMD can submit their copy of valid MSE
certificate online in defined cover in GePNIC which will be accepted for EMD exemption.
2. Non-MSE vendors should ensure that hard copy of Original EMD (DD/BG/BC) must reach at the address given
below on or before bid submission date and time. Only submission of scan copy of DD/BG/BC in GePNIC will not
be the base for consideration of their bid.
3. EMD received after bid submission date and time will not be accepted and offer will be liable for rejection
4. Copy of MSE certificate sent by bidders through email will not be accepted.
NTPC shall not be responsible for any loss or delay in transit of documents.
Address for EMD Submission :
The Addl. General Manager (C&M)
CONTRACT SERVICES
NTPC Limited, Singrauli Super Thermal Power Station
P.O. Shaktinagar – 231 222, Distt. Sonebhadra (U.P)
Phone No.05446-232187, Mob: 8004940342
E-mail : amitkumar02@ntpc.co.in
Package Co-ordinator:
The Dy.Mgr(Pur)
NTPC Limited, Singrauli Super Thermal Power Station
P.O. Shaktinagar – 231 222, Distt. Sonebhadra (U.P)
Mobile No. :
8005442544
E-mail : anjukumari@ntpc.co.in
EMD/11495 Page 9 of 33
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. 9900171164
1.0 NTPC invites bids from eligible Bidders for Annual maintenance contract of public address
system.
through e-tender
2.0 Brief Information of NIT
NIT Subject
Annual maintenance contract of public address system
NIT No.
9900171164
Estimated Cost
Completion Period
24 Months
Document download/ Sale Start Date & Time 27.12.2018
Document Download/ Sale Close Date & Time 11.01.2019 upto 15:30 hrs
Source of IFB/NIT Singrauli Super Thermal Power Station
Contract Classification
Service Contracts
Last Date for seeking clarification
Bid submission Start date 27.12.2018
Bid submission End date 11.01.2019 upto 15:30 hrs
Technical Opening Date & Time 12.01.2019
Price Bid Opening Date & Time To be informed later.
Cost of Bidding Documents Rs. 1328/-
EMD Amount in INR
Rs 20,000/-
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:
EMD/11495 Page 10 of 33
a) On-Line:
a. Vendors can view/download the tender document after logging in our e-tender site
i. by clicking on e-Tender” in home page of www.ntpctender.com or
ii. by directly going to the e-tender site in the following address.
https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart”
After logging in to our e-tender site as mentioned above, the interested bidder can pay the tender fee as mentioned in the
Bidder’s Manual” and “Guidelines to Bidders” which are available on the
GePNIC
Login screen.
In case of any difficulty, please contact help desk no- 0120-2952319
b. Off-Line: Tender Cost in the form of DEMAND DRAFT drawn in favour of “NTPC LTD.”, 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 along with the request for issuance of tender documents, which shall be refunded
in case the tender document is not issued. 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. “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 and drawn preferably on SBI, Shaktinagar
Branch, Shaktinagar (Branch Code-5767) or UNION BANK OF INDIA, SHAKTINAGAR, (Br. Code No.541486)/ E-
Payment by Credit/Debit card/Net Banking etc. or any other mode as deemed appropriate.
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 “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 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 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 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.
EMD/11495 Page 11 of 33
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:- Annual maintenance contract of public address system
9.0 Qualifying Requirements of Bidders:
1. The bidder should have executed/completed electrical works including Public Address system
Maintenance work in any thermal Power Station/heavy industry during last 7 years ending last day of the
month previous to the date of NIT having minimum contract values as indicated below:
a) Three executed/completed contracts, as above, of value not less than Rs 2.24 Lakh each
OR
b) Two executed/completed contracts, as above, of value not less than Rs 2.80 Lakh each
OR
c) One executed/completed contracts, as above, of value not less than Rs 4.49 Lakh
OR
2. The average annual turnover of the bidder in the preceding three(3) completed financial years ending with
Financial year 2017-18 shall not be less than Rs 5.61 Lakh.
EMD/11495 Page 12 of 33
Following
documents must be uploaded in the c-folder, 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 applications for tender documents/bids due to any
postal delay or delay, in any form, in transit.
13.0 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.
14.0 Tender document is not transferable.
15.0 Package Co-ordinator:
1) Ms. Anju Kumari, Dy.Mgr (Pur) NTPC /SSTPS , Mob. No. 8005442544, e-mail: anjukumari@ntpc.co.in
Address for Communication:
16.0 The Addl. General Manager (C&M)
NTPC Limited, Singrauli Super Thermal Power Station
P.O. Shaktinagar – 231 222, Distt. Sonebhadra (U.P)
Phone No.05446-232187,
E-mail : amitkumar02@ntpc.co.in
Package Co-ordinator:
The Dy.Mgr(Pur)
NTPC Limited, Singrauli Super Thermal Power Station
P.O. Shaktinagar – 231 222, Distt. Sonebhadra (U.P)
Mobile No. :
8005442544
E-mail : anjukumari@ntpc.co.in
EMD/11495 Page 13 of 33
Annexure No 1
Request for Login ID on NTPC e-Tender.
If you are not a supplier/Contractor of NTPC, and interested in participating in e-tenders in NTPC, please
fill in the following.
Form A
New Vender (prospective)
Name: ___________________________________________________
Address: ___________________________________________________
___________________________________________________
___________________________________________________
State: _________________ City: _______________________
Country: ______________
Pin: _________________
Telephone NO: _______________ Extn: ________
Fax Number: _______________
Email ID: ___________________________________________________
Your Company’s Bank Name _______________________________________
Account Number: ____________________________________
Branch: _____________________________________________
Address: _____________________________________________________
________________________________________________________
PAN number: ___________________________________________________
GST number: ___________________________________________________
Excise Regn Number: _____________________________________________
SSI Number: ___________________________________________________
Contact Person’s Name: ___________________________________________
Designation: _____________________________________________
Bid Invitation number interested in: __________________
DD details as tender fee: Issuing Bank: _____________________________
No: _____________ Date of Issue: __________
Amount: _________ DD Valid till:__________
Note: Please download, print and fill this form. Submit it to the Package in charge/ Contact person as
mentioned in the Bid Invitation along with the DD of required amount.
DD should be in favor of “NTPC Ltd” payable at the ordering location mentioned in the Bid Invitation.
EMD/11495 Page 14 of 33
Annexure No 2
Request for Login ID on NTPC e-Tender.
If you are already a supplier/contractor of NTPC, and interested in participating in e-tenders of NTPC,
please fill in the following form.
Form B
For Existing Venders:
Existing Vender Code with NTPC: ________________Pre ERP
Post ERP
Phone Number: ____________________ Extn: _________________
Email ID:_______________________________________________________
Contact Person’s Name: ___________________________________________
Designation: _______________________________________________
Bid Invitation number interested in: _________
DD details as tender fee: Issuing Bank: _____________________________
No: _____________ Date of Issue: __________
Amount: _________ DD Valid till: __________
Address and other detail (Only in case of change)
Name: ___________________________________________________
Address: ___________________________________________________
___________________________________________________
___________________________________________________
State: _________________ City: ____________________
Country: ______________
Pin: _________________
Telephone NO: _______________ Extn: ________
Fax Number: _______________
Email ID: ___________________________________________________
Your Company’s Bank Name _______________________________________
Account Number: ____________________________________
Branch: _____________________________________________
Address: ____________________________________________
_____ ______________________________________
Note: Please tick the appropriate box in front of vender code to indicate whether the vender code given is
Pre-ERP or Post ERP.
Tender fee payment can be given through DD or payment Gateway. In case the option of DD is opted
should be in favor of “NTPC Ltd” payable at the ordering location mentioned in the Bid invitation.
Request for Login may be sent through E-mail or manually sent to Package in charge / Contact person as
mentioned in the Bid Invitation.
EMD/11495 Page 15 of 33
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
EMD/11495 Page 16 of 33
(F) 9 DIGIT MICR CODE OF THE BANK BRANCH (ENCLOSE COPY OF A CANCELLED CHEQUE)
(G) BANK ACCOUNT NUMBER
(H) 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
EMD/11495 Page 17 of 33
QSP-04(b)/ FORMAT NO.
SPECIAL CONDITIONS OF CONTRACTS
01. All the works shall be executed as pre tender specifications, Scope of work, Schedule of items/ BOQ and/or as directed by
Engineer-in-charge.
02. All material supplied by the contractor shall be of best quality and shall be got approved from Engineer-in-charge before use
03. NTPC LTD will supply the spares if required for the work unless specified otherwise else where. However, contractor has to
make arrangements to transport the spares from NTPC LTD stores, NTPC LTD will arrange to issue and receive the spares
from their stores. The old parts removed from Item/equipments shall be accounted to Engineer-in-Charge.
04. The Contractor / Successful bidder shall perform the work with all labour, T&P, complete in all respect as per pacifications
and other terms and conditions as contained in the following documents except for the specific modifications which have
been brought out specifically in various clauses.
(A) General Condition of Contract for O&M Works & amendments
(B) Scope of Work and Term & Conditions
(C) Schedule of Items of Work/Bill of Quantity of work.
(D) Technical specification of NTPC LTD , CPWD etc.
05. The date of start of the work shall be within 07 days of issue of formal award letter unless specification otherwise else where.
06. Prices are firm and no escalation will be provided due to any reason whatsoever unless otherwise indicated exclusively
OR
Prices are variable as per price variation formula furnished below : E1 = E0 (0.25 + 0.75 W1/W0) Where E1 = Revised
value E0 = Original Contract value.W1 = Revised minimum wages of USW .W0 = Minimum wages of USW, as on 7 days
prior to the date of opening of tender.
07. The Contractor / Successful bidder will be paid one R.A. bill once in a month as per actual measurement.
08. Income tax at a rate as applicable shall be deducted on the gross value of contractor’s each and every running account bill
unless exempted by Income Tax Deptt.
09. Security will be recovered from Contractor’s Running Account Bill, which will be released after completion of defect
liability period as per General Conditions of Contract for Civil works of NTPC LTD.
10. The contractor / Successful bidder shall setup site organization and bring all plants & equipments etc. required for the work,
If during currency of contract it was found that progress of the work is not satisfactory, additional resources such as plants,
equipments, men material have to be mobilized as required by the Engineer-in-charge.
11. Electric Power and water supply will be provided at one point as per General Conditions of Contract of Civil Works of
NTPC LTD
12. The contractor / Successful bidder should approach the Engineer-in-Charge for electric supply point(s) and all electric
connections and circuits shall be drawn with his approval. In case of non-compliance of the above, or in case of any mishap
or accident Engineer-in-Charge may deduct any amount(s) as penalty/compensation.
13. The time is the essence of the contract and if the contractor fails to maintain required progress in terms of condition No.13 of
General Conditions of Contract or to complete the work and clear the site on or before the contract period or extended period
of completion, provisions of clause No.32 of GCC ”Compensation for Delay” shall be applicable.
EMD/11495 Page 18 of 33
14. The Contractor / successful bidder shall attend all the meetings with the Engineer-in-Charge, other contractors and/or
consultants of NTPC, at their own cost, during the currency of the contract if a need so arises or directed by the Engineer-in-
Charge. You shall also cooperate with such persons and agencies involved during the discussions in the interest of NTPC
LTD .
15. During the execution of the work in pursuance of the contract, the contractor shall at their own cost submit monthly progress
report to the Engineer-in-Charge every month. Such progress reports shall be in the form, as may be required by the
Engineer-in-charge and shall be submitted in at least three copies.
16. If the engineer-in-charge is not satisfied with the rate of progress or the quality of the materials that have been used or the
workmanship, the Engineer-in-Charge may, by giving adequate notice, terminate the contract/agreement and call another
contractor or employ daily labour to dismantle bad/substandard work if necessary, and to renew and complete the said work,
and may pay the cost to such new contractor or daily labourers for such dismantling/renewing or completion of work. If such
cost be more than the original contract rates/amount, in such cases the differential cost will be charged to the original
contractor.
17. UP Trade Tax, if applicable will be deducted at source from contractor’s running bill by NTPC which will be deposited to
UP Trade Tax Authority by the following month as per the applicable rates as notified by UP Govt. from time to time.
18. The Contractor / successful bidder shall have to give preference to our land-oustees for the deployment as manpower. Efforts
should be made to engage PAPs. A list of PAPs can be obtained from NTPC LTD .
19. The Contractor / Successful bidder will enter into a formal agreement with NTPC for the work value more than Rs.1.0 lacs
on a non-judicial stamp paper of Rs.100/- purchase from UP State within a period of 30 days from the date of issue of formal
award letter. The date of formal agreement, in no case, will alter the date of start or date of completion of work.
20. The Contractor / Successful bidder shall compulsorily provide personal protective equipments to his employees and in the
event of not providing the same on the date of start of work it may be provided by NTPC LTD at risk and cost basis and the
cost shall be recovered from the bills of contracting agency.
21. The contractor / Successful bidder is required to deposit a sum of Rs, 1,000/-(Rupees One thousand only) to Finance &
Accounts Department, which will be treated as advance deposit for medical treatment of his workers. In case of work
accidents the contractor shall have to remit the bill amount as per the advice of hospital authorities otherwise the amount
shall be recovered from the running bills of contracting agency under intimation to the Engineer-in-charge, if the contracting
agency has already deposited a sum of Rs 1,000/- for the purpose in some other contract, the amount need not be deposited
again, however the proof of deposit is to be submitted to the Engineer-in- Charge
22. During the course of validity period of contract, NTPC may assign the said contract to any other agency, and said agency,
being the assignee shall operate the contract and engagement for the purpose of execution, supervision, payment,
extension/renewal etc. on the same terms and conditions of the contract, and the contractor shall have no right to raise any
objection, whatsoever, on assignment of the contract by NTPC LTD as referred to above.
23. The contactor / Successful bidder shall intimate E.I.C if any labourer (for whom the contractor has already made gate pass )
is absent without information .
24. The variation limit mentioned in the condition of the contract shall be for the contract price and not for the each items of the
contract.
EMD/11495 Page 19 of 33
1. Scope of Work:
BOQ 10.10
This part of work includes daily maintenance and fault rectification of Public Address System.
1. Contractor has to depute his work force on daily basis on all working day/ working hour to rectify the defects in
paging system. However he may be called to rectify the defects in paging system during emergency in odd hours
including Sunday and holiday.
2. Communication with paging system should be clear without any noise.
3. Contractor has to depute at least 02 skilled persons to carry out the job on daily basis. All complaints recorded on the
day are to be attended. In case the numbers of complaints are more, the contractor has to arrange extra manpower to
attend the complaints, without any extra cost to NTPC.
4. Team should be experienced enough and should be able to work independently.
5.Contractor shall submit the list of items which they may require from NTPC for carrying out the job like micro
switch, ear piece, mouth piece, drive unit, relays, diaphragms etc for replacement, if found defective.
6. The contractor shall bring all necessary tools and tackles for completion of job.
7. All the consumables are to be provided by the contractor.
BOQ 10.20
PA SYSTEM SERVICE (OVERHAULING)
This part of work includes overhauling of entire paging system consisting of Independent amplifier paging system of
Unit-1 to Unit-7, station paging, CHP stage-1 , CHP stage-2 and CW complex comprising of approximate 315 nos. of
paging stations.
Work involves:
1. The contractor shall bring all the necessary tools and tackles for completion of work including small petty items like
transistor, resistor, diodes and capacitors, IC, soldering wire etc free of cost.
2. One round of overhauling will be of minimum 15 days. Therefore, party has to arrange to complete the work in this
period. No extra amount will be paid for completing the work for extra working days.
3. The contractor should bring separate manpower for overhauling work. Team should be experienced enough and
should be able to work independently.
4. Complete inspection, cleaning, performance checking and rectification of defect if any for entire paging system.
5. Repair of paging stations of various types and testing thereof if found defective during checking.
6. Checking of performance of paging system individually as well as complete paging system.
7. Checking of proper termination in JB and cable dressing.
8. Sealing of junction box.
EMD/11495 Page 20 of 33
DESCRIPTION OF WORK:
1. All paging handset station, independent amplifiers etc shall be cleaned thoroughly.
2. All the control and power cable of the paging system should be checked for tightness and grounding of the system.
3. Handset, speakers, pre amplifier mounted in hand set station box individual amplifier, hook switches etc. shall be
checked for all the paging stations for its proper function. Replace the damage parts and carry out the repair if required.
4. Paging system of independent amplifier system is to be checked for its healthiness, proper functioning and
replacement of damaged part if any.
5. Contractor will submit daily work report of the work carried out during the day. A summary of work carried out and
observation is to be recorded and submitted to NTPC after completion of work.
6. Contractor and his personnel shall follow all the safety rules and permit for work norms as applicable to NTPC-
Singrauli.
BOQ 10.30
NAME OF WORK: Repair of paging system sets Philips make industrial paging system LBD 8921,8911,8924 and
8904 will be treated entirely different from 10.10,10.20
Work includes:
1. Repair of above paging modules including spare supply (all components other than ear piece, mouth piece and cards
and other material as per BOQ) wherever required.
2. Small petty items like transistor, resister, diodes, capacitors, IC, soldering wires etc shall be arranged by the
contractor free of cost. No extra payment will be done for these petty consumables.
3.The repair work is to be carried out at NTPC-Singrauli site. Necessary help regarding electrical supply and module
base will be provided by NTPC.
4. Team should be experienced enough and should be able to work independently.
5. A warranty of six months is to be given on all modules repaired by the contractor after repair.
6. The contractor will bring all men and materials along with the tools.
7. The repair charges payment will be on lump sum basis per module and no other charges will be payable to the party.
8. The payment will be made based on actual number of modules repaired in a particular lot.
9. After repairing the sets, the party has to submit a brief report to NTPC.
10. Total number of set of different type will be approximately 100 nos., however, actual number may vary by +/- 20%
(may increase or decrease by 20%).
11.The party will depute their personnel maximum 08 times during the period to execute the entire quantity. For each
visit intimation will be given by Engineer-in-charge
BOQ 20.10
Supply of spares for Philips make industrial paging set LBD 8921,8911, 8924 and 8904 .
1. Party will supply the spares as per instruction of EIC.
EMD/11495 Page 21 of 33
2. Spares supplied by the party should be same or interchangeable with the original one.
3. All spares supplied by party will be inspected at side.
4. One lot consists of following item.
Details of spares to be supplied
Description of Work Unit Qty
Supply of spares
1 Main PCB assembly for LBD 8921/01 No 05
2 Main PCB assembly for LBD 8924/01 No 02
3 Power amplifier PCB for LBD 8921/01 No 05
4 Interconnecting cable assembly for
LBD 8921/01 No 15
5 Connector 15 pin crocodile for LBD
8921/01 No 15
6 Cradle Magnet for LBD 8921/01 No 15
2. SPECIAL INSTRUCTIONS
1. Agency can be called in odd hours including Sunday and Holiday to rectify the defects during emergency.
2. Contractor shall ensure the payment of all statutory dues to their workers within time as per applicable laws/rules.
3. Contractor shall provide 02 set of working dress Safety helmet, Safety shoe, Nose mask etc, to each contract worker.
3. TERMS AND CONDITION
1. All the major spares required for repair/overhauling/routine maintenance shall be supplied by NTPC free of cost.
However some small items like transistor, resistor, diodes, capacitors, IC, soldering wires etc are to be supplied by
contractor.
2. Since the job is of emergency nature, so the contractor may request a quarter in NTPC township for his staff. This
will be on chargeable basis, subject to availability.
3. Payment of supplied spares will be done after receipt and inspection of material at site.
4. PENALTY CLAUSE
1. If any paging set remains out of order for more than 24 hours, Rs.100/- per set will be recovered from the
contractor's monthly bill. However, assessment and decision of Engineer-in-charge in this regard will be final.
2. If party fail to supply within one month after receiving the requirement from the engineer in charge. Recovery of
Rs500 per week or part there of subject to maximum 10% of the total supply value will be done from party bill.
However, assessment and decision of Engineer-in-charge in this regard will be final.
3. If party fails to make the labour payment within 7th of every month through bank, recovery of Rs 500/- per day will
be done from the party bill.
5. ESCALATION CLAUSE
Escalation clause is applicable to PR Sl.No. 10.10, 10.20 & 10.30. Not applicable for supply portion20.10.
EMD/11495 Page 22 of 33
QSP-04(b)/ FORMAT NO. V
PREAMBLE TO BILL(S) OF QUANTITIES
1. The bill(s) of quantities is/are to be read in conjunction with the tender, general and particular
specification, general and special condition of contract, drawing. These document are jointly
complementary to each other and are explanatory and descriptive of the works involved in the
contract.
2. The tenders are advised to go through the tender provisions carefully and quote their rates taking into
account the various provisions and factors incidental there upon. No claim shall be entrained at a
letter date on any assumptions made by the tenderer which are contrary to the provisions of these
documents and/or which is/are not brought out by the tenderer at the time of submission of tender.
3. The drawing(s), if attached with these documents, are for the purpose of tender only, giving the
tenderer the general idea of the nature and extent of the work to be executed. The rates quoted by the
tenderer shall be deemed to be for the execution of the work in accordance with "Corporation
Drawings" (to be supplied later on as per General condition of the contract) taking into account the
design aspect of the drawings.
4. The rates inserted in bill(s) of quantities shall be also deemed to be for the full inclusive value of
work described under several item, including all cost and expanses which may required for execution
and full protection of work described, together with the all general risks involved, liabilities and
obligation set forth or implied in the document on which the tender is based.
5. The quantities of work shown in the BOQ are approximate and shall not be considered to be limiting
the scope of work in any way. Work shall be measured on completion and priced at the rates quoted
in the BOQ(s) under the relevant item of work.
6. General direction and description of work and material given elsewhere in the tender, document are
necessarily repeated in the bill(s) of quantities. Reference is to be made to other document for full
information/details.
7. Unless otherwise specified in the description in the BOQ(s) the rate quoted by the tenderer shall be of
all height and depths.
8. The tenderer will be held to have visited the site before submitting his tender, and to have examined
for himself the condition under which the work will be carried out including local condition effecting
labour and material procurement, and to have studied the item of bill(s) of quantities, the specification
and drawing and to have satisfied himself that the rate quoted by him/them provide for all minor
accessories and contingent works or services necessary for the work described even though they are
not specially defined there in. Where the specification for item of work to be executed under this con-
tract are not available in these document, the latest I.S./CPWD specifications and code of practice
shall be followed.
9. Wherein the tenderer finds difficulty in understanding the implications of any provision in the tender
document, he should get the clarifications required by him from the authority issuing the tender
document before submitting the tender. No claim shall be entertained at a later date for any
assumption/ pre-assumption made by him.
10. The technical specifications for these work have not been attached with these documents. but
nevertheless these from the part of the tender. it will be taken that the specification have fully read
and understood by the tenderer irrespective of the fact weather he has done so or not and no claim
on this account shall be entertained at a letter date.
EMD/11495 Page 23 of 33
Annexure-III
ATTACHMENT-
Page 1 of 1 [NAME OF THE PACKAGE & PROJECT]
BIDDING DOCUMENT NO.
[NO DEVIATION CERTIFICATE]
Bidder's Name and Address: To
Dear Sir, 1.0 With reference to our Bid Proposal No....................................dated...................for [Insert
name of the Package], Bid Document No. [Insert Bid document no.], we hereby confirm that we comply with
all terms, condition and specification of the Bidding document read in conjunction with
amendment(s)/Clarification(s)/Addenda/Errata (if any) issued by the employer prior to opening of Techno
commercial Bids & price bid and we declare that we have not taken any deviation in this regards.
2.0 We further confirm that any deviation, variation or additional condition etc. or ant mention, contrary to
Bidding documents and its mention, contrary to bidding documents and its
amendment(s)/clarification(s)/Addenda/Errata (if any) as mentioned at 1.0 above found anywhere in our
Techno-Commercial Bid 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.
Date :
(Signature).......................................... [
Place : (Printed name).....................................
(Designation)........................................
(Common Seal).....................................
EMD/11495 Page 24 of 33
QSP-04(b)/ FORMAT NO. II
VENDOR’S DETAILS
Bidder are requested to submit this format duly completed in all respects together with tender
documents. Bids with incomplete information are liable to be rejected.
1. NAME OF COMPANY/FIRM :
2. PERMANENT ADDRESS :
:
CONTACT PERSON :
PHONE NO.(s) :
FAX NO.(s) :
3. LOCAL ADDRESS :
(POSTAL) :
CONTACT PERSON :
PHONE NO.(s) :
FAX NO.(s) :
4. TYPE OF COMPANY :
5. NAME OF PARTNERS :
6. REGISTRATION (IF ANY) :
7. GST NO. :
8. P.F. CODE NO. :
9. PERMANENT ACCOUNT NO :
(INCOME TAX)
10. LABOUR LICENCE NO. :
11. ELECTRICAL LICENCE ‘A’ NO :
(SIGNATURE)
Name :
NAME OF THE FIRM/
CONTRACTING AGENCY
Official seal
of th
e firm
EMD/11495 Page 25 of 33
QSP-04 (b)/FORMAT NO. III .
DECLARATION
(To be filled in by the tenderer, signed and submitted along with tender papers)
1. I/We hereby declare that I/We or partners or Directors of our concern do not have any such person under
my/our employment, who has retired/resigned/removed/dismissed from NTPC during the last two years.
OR
I/We hereby declare that I/We or partners or Directors of our concern have the following under my/our
employment who has/have retired/resigned/removed/dismissed from NTPC during the last two years :
Sl.No. Name of person Date of leaving NTPC
Reasons for
Leaving NTPC
2. I/We hereby declare that I/We or partners or Directors am/are not related to any employee of NTPC Ltd ,
Singrauli/ Vindhyachal/ Rihand
OR
I/We hereby declare that the following persons employed in NTPC Ltd -SSTPS/ RH STPP/VSTPP are
related to me/us or Partners or Directors or our concern as per details indicated :
Sl.
No.
Name Designation
Project
/office of
NTPC Ltd .
Related to
(Name)
Relationship
Note: The near relative shall include wife, husband, parents and grand parents, children and grand children, brothers
and sisters, aunts and cousins and their corresponding in-laws.
Signature of Tenderer:
Name:
NOTE: (1) Please fill the format in details and strike out the items not applicable.
EMD/11495 Page 26 of 33
To
NTPC LTD
SINGRAULI SUPER TERMAL POWER STATION
SHAKTINAGAR, SONEBHADRA (UP)
FROM :
M/s____________________________________________(NAME OF THE BIDDER)
ADDRESS______________________________________
UNDERTAKING FROM THE TENDERER
I/We, M/s___________________________________________do hereby undertakes that all the
information/documents/credentials submitted by us in connection with the present tender for the work of
____________________________________________________against NIT No.____________/C&M
dated__________________are true/genuine to the best of our knowledge and belief as per details given
below :
1.
2.
3.
4.
5.
6.
7.
8.
In case at any point of time any of the above credentials/documents/information are found to be false, forged
and fabricated, I/we shall have no objection if
M/s__________________________________________agency shall be debarred from participating in any
tender for any period as decided by the NTPC Management, besides forfeiting EMD/security deposit
submitted by us against above NIT.
Signature of Proprietor/Partner/Authorised representative of the Company
Name:
Designation:
Name of the Company:
Seal of Company
Date :
Encl : Attested copy of Proprietorship Certificate/Partnership Deed/Power of Attorney for authorized
representative of the Co.
EMD/11495 Page 27 of 33
SCHEDULE – D
GENERAL DECLARATION BY TENDERER
Tenderer’s Name & Address:
To
DGM(C&M)
NTPC LTD. – SINGRAULI
P.O. SHAKTINAGAR – 231 222
DISTT. SONEBHADRA (U.P)
1. We hereby confirm that:
We have carefully read General conditions of Contract, Special conditions of Contract, Technical
Specifications and Tender Drawings (including amendments/errata) and schedule of items and all other Tender
Documents.
2. Our technical team/technically competent officer visited the site to apprise ourselves about availability of
construction materials, unskilled labourer, access to site and other infrastructure/enabling facilities (including
availability of water/power) needed for the execution of the contract.
Date:
Plate:
Signature………………………………………
(Printed Name of authorized person having power of attorney)
……………………………………………………………………
Designation: …………………………………………………….
(Common Seal)
EMD/11495 Page 28 of 33
QSP-04 (b) / format No VI(Page 1 of 1)
OBSERVANCE OF LABOUR LAWS AND CONTRACTOR’S LIABILITY
1) In Terms of Section 12 of Contract Labour (Regulation & Abolition ) Act, 1970 and subsequent amendments thereof, every contractor
to whom this Act applies must obtain labour license from the concerned licensing authority. This license should be obtained and
submitted before commencement of the work to Sr. Manager (HR-ER) or Engineer-in-charge.
In case where the subletting is permitted and the contractor intends to sub-contract this job, it must be ensured by him that the sub-
contractor has also obtained the license under Contract Labour (Regulation & Abolition ) Act, 1970. In such a case the contractor shall
indemnify NTPC for any loss caused to or suffered by any act and/ or omission of the sub-contractors or its employees.
2) The contractor shall get himself registered with the Regional Provident Fund Commissioner as per Employees Provident Fund and
Miscellaneous Provisions Act, 1952, and submit the copy of registration certificate to NTPC Ltd . Contractor shall cover the contract
labour engaged by him and/or the subcontractor engaged for the execution of the work for providing provident fund benefits and
arrange to deposit the employee contribution alongwith the employer’s contribution of Provident fund of respective labourer in
separate challan/receipt for each contract/work order and furnish such documentary evidence of the above effect on monthly and
quarterly basis. The contractor shall specify number of workers for whom the PF has been deposited in challan/receipt.
3) Contractor shall ensure the payment of minimum wages to contract labours category wise prescribed by State Government and as
circulated by ER Section of NTPC, Singrauli from time to time.
4) Contractor may have to execute the work on all the days including Sundays, Gazetted holidays and National holidays. The contractor
shall pay overtime wages to the contract labourer who are deployed for more than 48 hrs. in a week. In respect of overtime the contract
labourer is entitled to wages at the rate of twice of his ordinary wage as per the provision of Factories Act, 1948. Contractor shall pay
double the wages to the contract labourers on three National Holidays i.e. 26
th
January, 15
th
August and 2
nd
October for the work done
as per provision of the Payment of National Holidays Act, 1965.
5. The contractor shall not retrench any contract labourer who has been in continuous service for more than one year, unless
a)The contract labour has been given one month’s notice in writing indicating the reasons for retrenchment and the period of notice has
expired or the contract labour has been paid in lieu of such notice, wages for the notice period.
b) The contract labour has been paid at the time of retrenchment compensation equal to 15 days average pay for every completed year
of continuous service or part thereof in excess of 6 months.
c) Notice in the prescribed manner has been served upon to appropriate Government.
6. The contractor shall obtain comprehensive insurance policy for all the contract labours engaged by him to cover any injury or death in
case of any eventuality to any contract labour or other person as envisaged under the Workmen’s Compensation Act, 1923 in or
around the work premises, whether in his employment or not. The aforesaid insurance policy shall provide that NTPC is assured
beneficiary alongwith the contractor and the policy would not be cancelled till the engineer I/C of the contract has agreed for it
cancellation.
7. The contractor shall be liable to pay wages to all his contract labours so supplied as per the provision of labour laws for the time being
in force. If NTPC Ltd , as a principle employer is held responsible or made liable to pay any contribution money etc. to any person or
authority or Govt. under the provision of any law or by order of competent authority/Court in respect of this contract or labours so
supplied, NTPC shall have right to deduct such sum from contractor’s bill/security deposit or otherwise recover from the contractor’s
any other contract as per GCC. The contractor shall be responsible to reimburse said amount to NTPC on demands and without demur,
reservation, contest or protest.
8. The contractor undertakes to indemnify the corporation against all claims, damages or compensation under provision of Payment of
Wages Act 1936, Minimum Wages Act 1948, Maternity Benefit Act, 1961, Industrial Disputes Act 1947, Workmen’s Compensation
Act 1923 or any other enactment or amendments or modification as made form time to time as a consequences of any injury or
accident to any workman or any other person in or around work premises whether in his employment or not except where such accident
or injury has resulted from any act or omission of corporation, his agents or servant.
9. The contractor further undertakes to indemnify the corporation against all costs, charges and expenses of any suit, action or
proceedings arising out of such accident or injury and against all sum which may, with the consent of the contractor, be paid to
compromise any claim.
10.
Notwithstanding anything contained here in, NTPC Ltd , shall have the right to retain any sum payable to the contractor and set off
claims against him whether arising out of this particular contract or out of any other contract held by him alone or in partnership
business. If any dispute or difference of any kind between NTPC and the contractor arising out of this contract or with respect to its
interpretation, either during or after its completion or whether before or after termination, abandonment or breach of the contract, it
shall be referred to the sole arbitration of General Sr. Manager of NTPC Ltd /Singrauli and the decision of the arbitrator shall be final
and binding on the parties. In this regard clause No.56 – “arbitration and laws of GCC” of civil works of NTPC will be applicable.
EMD/11495 Page 29 of 33
QSP-02/XII
SPECIAL INSTRUCTIONS TO CONTRACTORS FOR
ENVIRONMENT PROTECTION AND OH&S MANAGEMENT
SYSTEM
AS A REQUIREMENT OF COMPANY’S ENVIRONMENT OH&S
MANAGEMENT SYSTEM, THE FOLLOWING POINTS SHOULD BE
STRICTLY COMPLIED WITH.
1. The contractor shall follow and abide by all laws relating to
environment OH&S as applicable in India and to be implemented
from time to time.
2. Before the start of the work, contractors shall contact the Engineer-
in-Charge for knowing Environmental OH&S policy of NTPC LTD -
SINGRAULI and the concerned training needs for his employees.
3. It shall be the contractor responsibility to properly segregate and
dispose off waste generated during the work in the identified areas
only.
4. Contractor(s) shall clean any spillage of oil/grease then and there and
waste shall be disposed off to the specified area only.
5. Contractor shall ensure for safe transportation of materials/tools and
plants being carried out by his workmen.
6. Contractor or his authorized representative should be present at site
during progress of work.
7. Contractor shall rectify/replace the defective means of transport.
8. Contractor shall remove/replace defective item and give compliance
to this effect to the Incharge.
9. Contractor or his authorized representative should be present at site
to ensure proper discipline at site by contractor’s workmen and non-
interference with machines and equipments during progress of work.
10. Contractor is required to get his labours checked for sound physical
health and fitness after every six months.
11. Contractor must provide First-Aid Box which specified medicines
required to give First-Aid to his workmen at site.
12. NTPC LTD may impose suitable liquidated damages for violation of
any of the above mentioned clauses.
WE SOLICIT YOUR HELP TO KEEP THE ENVIRONMENT FRIENDLY
SR.SR. MANAGER (CONTRACTS)
NTPC LTD.
SINGRAULI SUPER
THERMAL POWER STATION
PO : SHAKTINAGAR, DISTT.
SONEBHADRA (UP) - 231222
If the rates/prices quoted by the
successful bidder for certain
items of the Bill of Quantities
(wherever such rates/prices have
been called for in the bids,) are
found to be abnormally high or
low in relation to the Engineers
estimate of the cost of work to be
performed under the Contract.
Then NTPC LTD may require
the bidder to produce detailed
rate/prices analysis for any or all
items of the Bill of Quantities to
demonstrate the internal
consistency of these rates/prices
with the construction methods
and schedule proposed. After
evaluation of the rate/price
analysis NTPC LTD may
require that the amount of
performance security be
increased at the expense of the
successful bidder to a level
sufficient to protect NTPC LTD
against financial loss in the event
of default by the contractor under
the Contract, if award is placed
on recommended bidder
”.
REVISION 1
EMD/11495 Page 30 of 33
SCHEDULE - H
( FORM OF ACCEPTANCE OF FRAUD PREVENTION POLICY )
Tenderer’s Name & Address:
To
DGM(C&M)
NTPC LTD – SINGRAULI
P.O. SHAKTINAGAR – 231 222
DISTT. SONEBHADRA (U.P)
Dear Sirs,
I/We have read the contents of the Fraud Prevention Policy of NTPC displayed on its tender website
http:/www.ntpctender.com and undertake that we along with our associate/ collaborator/subcontractors/sub-
vendors/consultants/service providers shall strictly abide by the provisions of the Fraud Prevention policy of NTPC.
Date :
Place :
Signature: ___________________________________
Printed Name: _______________________________
Designation: _________________________________
(Common Seal)
EMD/11495 Page 31 of 33
SCHEDULE – B
To
DGM(C&M)
NTPC LTD – SINGRAULI
P.O. SHAKTINAGAR – 231 222
DISTT. SONEBHADRA (U.P)
In order to satisfy Qualifying Requirements stipulated at Clause
No 09, Sl. No 2, of
GePNIC
NIT
No.………………………Date………….
(Annual maintenance contract of public address system.)
Package No.(EMD/11495) we declare that our average annual turn over during the last 3 years during ending
with financial year 2017– 2018 is not less than
Rs………… Lac
Turnover (Rs. in Lac)
Our annual turnover (excluding other income) in the
preceding three financial years is as under:
2015-2016
2016-2017
2017-2018
Our average annual turnover in the preceding three
financial years.
Audited reports for the above preceding three financial
years are enclosed
Rs. _____________ Lac
Rs. _____________ Lac
Rs. _____________ Lac
Rs. _____________ Lac
Yes / No
Other income is not considered for arriving at annual turnover.
Signature____________________________________
(Printed name of authorized person having Power of Attorney)
______________________________________________________
Designation:___________________________________________
Date :
Place :
( Common Seal of Firm )
EMD/11495 Page 32 of 33
SCHEDULE – A
To
DGM(C&M)
NTPC LTD – SINGRAULI
P.O. SHAKTINAGAR – 231 222
DISTT. SONEBHADRA (U.P)
DETAILS OF EXECUTED/COMPLETED WORKS CONTRACT AS PER QUALIFYING REQUIREMENTS
In order to satisfy Qualifying Requirements stipulated at
Clause No 09, Sl.No 1 of
GePNIC
NIT No ……………….Date……………
(Annual maintenance contract of public address system.) Package No.(EMD/11495), it is declared that we have executed/completed
Three/Two/One (Strike off whichever is not applicable) the work of minimum value Rs.__________________ Lakh (for Three
contracts)/Rs.___________________(for two contracts)/Rs.____________________(for One contract) (strike off whichever is not applicable) of
………………………………during the last 07 (Seven) years ending last day of the month previous to the Date of NIT
Sl.
No.
Order No. & Date
Name of Client with full address, Tel.No., Fax No./email ID & contact
person
Copy of Contract
Agreement/Letter of
Award/Order enclosed (Yes/No)
Value of Work
executed/completed as on
1
2
3
Signature: ______________________________
(Printed name of authorized person having Power of Attorney)
_______________________________________________
Designation____________________________________
Date:
Place: (Common Seal of Firm)
EMD/11495 Page 33 of 33
BILL OF QUANTITY
SINGRAULI SUPER THERMAL POWER STATION
NAME OF WORK: Annual maintenance contract of public address system.
Sl.No. Description UoM Qty.
10.10
PA SYSTEM DAILY
CHECK
DAY
616
10.20 PA SYSTEM SERVICE NO 5
10.30 PA SYSTEM REPAIR NO 100
20.10 PA SYSTEM MATERIAL SUPPLY LOT 1
NOTE- GST will be payable extra as applicable. Please quote your rates excluding GST while
submitting your offer.