NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
TALAIPALLI COAL MINING PROJECT
INVITATION FOR BIDS (IFB) / NOTICE INVITING TENDER (NIT)
FOR
Supply, installation and COMC (5 years) "Solar Hand Pumps" for Project Affected
area of Talaipalli Coal Mining Project, Raigarh (CG)
(Domestic Competitive Bidding)
IFB/NIT: CS-23/2018-19 Date: 09.01.2019
1.0 NTPC Limited invites online bids on Single Stage Two Envelope bidding basis
(Envelope-I: Techno-Commercial Proposal/Bid & Envelope-II: Price
Proposal/Bid) from eligible bidders for Supply, installation and COMC (5 years)
"Solar Hand Pumps" for Project Affected area of Talaipalli Coal Mining Project,
Raigarh (CG)”, as per the Scope of Work mentioned hereinafter.
2.0 NTPC intends to finance the subject package through Own Resources.
3.0 Brief Scope of Work & other Specific details:
Supply, installation and COMC (5 years) "Solar Hand Pumps" for Project
Affected area of Talaipalli Coal Mining Project, Raigarh (CG).
4.0 Detailed specifications, scope of work and terms & conditions are given in the bidding
documents and can be viewed in our Online Tender Portal
https://eprocurentpc.nic.in/nicgep/app
5.0 Brief Details:
Bid Invitation No.
CS-23/2018-19
NIT Date
09.01.2019
Document down load Commencement
09.01.2019, 11:05:00 AM
(i.e. Bidding Document Sale) Date &
Time
Source IFB/ NIT
Talaipalli Coal Mining Project
Clarification start date & time
09
.01.2019
, 11:05:00 AM
02.02.2019
, 11:00:00 AM
Pre
-
bid conference
date & Time
Not Applicable
Last Date and Time for Bid Submission
13.02.2019, 11:00:00 AM
Techno Commercial Proposal Opening
15.02.2019, 11:30:00 AM
Date & Time
Tender Fee in INR
Rs.1330/
-
(Rupees One Thousand Three
Hundred Thirty only)- Non-refundable
EMD in INR
Rs.1,00,000/
-
(Rupees One Lakh only)
As per provisions of bidding documents, the bidders shall submit “Techno-Commercial
Proposal” and “Price Proposal” online (https://eprocurentpc.nic.in/nicgep/app), within the
bid submission date and time as mentioned above. Only Techno-Commercial proposals
will be opened on the above mentioned date at 11:30 hrs (IST).
The date of opening of Price Proposal shall be intimated separately by NTPC
after completion of evaluation of Techno-Commercial Proposal.
6.0 Bid Security (EMD) and Tender Fee shall be submitted in a sealed envelope
separately offline by the stipulated bid submission closing date and time at the
address given below at Para 14.0. Any bid without an acceptable Bid Security
(EMD) & Tender Fee shall be treated as non-responsive by the employer and shall
not be opened. All credential filled up formats & supporting documents as asked
by NTPC are to be given online as attachments with the bid.
6.1 EMD/Tender Fees Exemption for MSEs : 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 or Udyog Aadhar or any other body specified
by Ministry of Micro, Small and Medium Enterprises as per MSME 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. 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 an attested / self-
certified copy of valid registration certificate offline, 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.
7.0 Any document submitted by the agency in hard copy other than the documents
mentioned at Tender document for offline submission, will not be considered. In spite
of this condition, if any document is submitted by the agency in hard copy other than
the documents mentioned at Tender document for offline submission before bid
opening shall be ignored and the offer submitted through the e-tendering shall be
binding on the agency.
8.0 A complete set of Bidding Documents may be downloaded by any interested Bidder at
our E Tender Site (https://eprocurentpc.nic.in/nicgep/app). For logging on to the E
Tender Site, the bidder would require to create user ID and Password as per the Bidder’s
Manual Kit provided in the aforementioned web site. The payment (non-refundable) of
the cost of the documents as mentioned above in the form of a crossed account payee
demand draft in favour of NTPC Ltd., Payable at Gharghoda, DISTRICT: Raigarh, C.G.
shall be submitted in a sealed envelope separately offline by the stipulated bid
submission closing date and time at the address given below.
9.0 QUALIFYING REQUIREMENT FOR BIDDERS
Qualifying Requirements for this Package are stipulated in the NIT and are as under
The bidder should meet the minimum Qualifying Requirements as stipulated here under:
Qualifying Requirements (QR):
1. The bidder should be MNRE (Ministry of New and Renewable Energy) approved Channel
Partner/ MNRE approved manufacturer/ MNRE approved PV System integrator/A
registered manufacturing company/ Firm/ Corporation in India of at least one of the
major sub systems namely, SPV Cells/ Modules or Motor-Pump Sets or PV System
Electronics (Conforming to relevant National / International Standards).
2. The bidder should have executed, Supplied & Installed the Solar DC dual Pump
Sets, during the last Seven (07) Years as on the date of bid opening:
i) Single order with value of each order not less that Rs. 60.384 Lakh (Rupees Sixty
Lakh Thirty Eight thousand Four Hundred only); OR
ii) Two orders with value of each order not less than Rs. 37.74 Lakh (Rupees Thirty
Seven Lakh seventy Four thousand); OR
iii) Three orders with value of each order not less than Rs. 30.192 Lakh (Rupees Thirty
Lakh Nineteen thousand Four hundred only).
The word executed means that, the bidder should have achieved the progress
specified in the QR even if the total contract is not completed/ closed.
Note:
i) Bidder to submit relevant PO copies detailed specification and copies of
corresponding GST Invoices/ delivery challan, material receipt notes from customers/
completion certificates from customer etc. towards the proof of execution of work
orders. The copies need to be self attested/ duly attested by gazetted officer/ notarized.
Bidders are required to furnish details of the past experience based on which selection to
be made and enclose relevant documents mentioned above. No claims without
supporting documents shall be accepted in this regard. However if any of the reference
work executed by bidder for NTPC in past then in respect of such contracts/ works bidder
shall not be required to enclose client certificate along with the bid. In such cases bidder
to mention the NTPC PO reference number with date.
ii) In case the date of award is prior to seven years and the date of completion is within
the seven years as on the date of bid opening, the same shall also be considered
acceptable.
3. Financial Criteria:
The Average Annual Turnover of the bidder in preceding three (03) financial years as on
the date of bid opening shall not be less than Rs. 301.92 (Rupees Three Crore One
i) Other income shall not be considered for arriving at annual turnover.
ii) In case the audited results for the last preceding financial year are not
available, certification of financial statements from a practicing Chartered
Accountant to be submitted.
Annual reports / Copy of audited P&L accounts/ certified copies of P&L accounts,
Balance sheets duly certified by Chartered Accountant / Audited annual report, to
be submitted.
4. The bidder should have separate valid PF registration with regional PF
Commissioner, PAN number and GST registration etc.
The notarized copy of PF registration certificate, PAN card, GST registration etc.
to be submitted, the bidders may have to produce the originals, if being sought by
NTPC.
10.0 Notwithstanding anything stated above, the Employer reserves the right to undertake
a physical assessment of the capacity and capabilities including financial capacity
and capability of the Bidder / his Collaborator(s) / Associate(s) / Subsidiary(ies) /
Group Company(ies) to perform the Contract, should the circumstances warrant such
assessment in the overall interest of the Employer.
The physical assessment shall include but not be limited to the assessment of the
office/facilities/banker’s/reference works by the Employer. A negative determination of
such assessment of capacity and capabilities may result in the rejection of the Bid.
The above right to undertake the physical assessment shall be applicable for the
qualifying requirements stipulated in the bidding documents.
11.0 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.
12.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is
considered qualified.
13.0 Participation in the tender does not automatically mean that the bidders are considered
qualified. NTPC shall evaluate the qualifying requirements of each bidder as per NIT after
opening of Technical Commercial bids and the bids of the bidder who is not meeting the
qualifying requirement shall be treated as non-responsive.
14.0 Address for communication:
DGM (C&M),
NTPC Limited,
Talaipalli Coal Mining project,
Lailunga Road,
Gharghoda,
Distt:Raigarh-49611,C.G.
Phone: 07767-259241, 259242, 259243.
Email: kbsomkuwar@ntpc.co.in, veerasuresh@ntpc.co.in, vkbhojwani@ntpc.co.in