NIT NO.:9900171370
Subject: “Lifting/ Transporting Of Coal from Mines of NCL to Railway Siding and Loading
in Indian Railway Wagons for Onward Transportation to NTPC Dadri
(RCR/Rail Cum Road Mode)
”.
1.0 NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of
work briefly mentioned hereinafter:
1.1 Brief Details:
1.2 Bid Security (i.e Tender Fee-Rs. 5400.00( in form of DD/BC) & EMD-Rs.20,00,000.00
in form of DD/BC/BG) and Integrity Pact (applicable) shall be submitted in a sealed
envelope separately offline by the stipulated bid submission closing date and time at the
address given below. Any bid without an acceptable Bid Security and Integrity Pact
(applicable) shall be treated as non-responsive by the employer and shall not be opened.
Note: i) Bidders who have valid MSME certificate, are not required to submit Tender Fee
& EMD, such bidders are to be submit/upload MSME certificate online digitally
signed.
ii) Letter of undertaking and Nil deviation Certificate as per tender documents are to
be submit/uploaded online & digitally signed.
2.0 A complete set of Bidding Documents may be downloaded by any interested Bidder.
Participated bidders have to pay (non-refundable) the cost of the documents as mentioned
above in the form of a crossed account Payee DD/BC(tender fee) and DD/BC /BG(for
EMD) in favour of NTPC Ltd., payable at Faridabad or directly upload MSME certificate
at our GEPNIC Site (https://eprocurentpc.nic.in/nicgep/app)
The bank details for EMD in form of BG as follows:
Bank Name: STATE BANK OF INDIA
Branch : CAG2, DELHI
NIT No. 9900171370
Document Sale Commencement Date
& Time
As per Web NIT
Document Sale Close Date & Time As per Web NIT
Source IFB/ NIT SSC FARIDABAD
Contract Classification Service Contract
Last Date and Time for Bid Submission As per Web NIT
Bid Opening Date & Time As per Web NIT
Cost of Bidding Document in INR Rs. 5400/-
EMD in INR Rs.20,00,000.00
Last Query Date (if any) As per Web NIT
NIT NO.:9900171370
Bank Address : State Bank of India,
CAG-2, Gole Market Branch,
5th Floor, Redfort Capital,Parsvnath Tower
Bhai Veer Singh Marg, New Delhi-110001.
IFSC Code: SBIN0017313
3.0 Brief Scope of Work & other specific detail of “Lifting/ Transporting Of Coal From
Mines of NCL To Railway Siding and Loading in Indian Railway Wagons for
Onward Transportation to NTPC Dadri (RCR/Rail Cum Road Mode)-Please refer
tender documents.
4.0 Qualifying Requirements for Bidders:
5.0 Bidder should meet the QR stipulated hereunder:
5.1 TECHNICAL CRITERIA:
1.1) The bidder should have executed work of loading, transportation by road and unloading at
railway siding and loading of coal or any other mineral into Indian Railway wagon rakes for
onward transportation to destination (RCR mode) for a quantity of at least 70,000 MT of coal
or any other mineral in any one month and 2.0 Lakh MT in any continuous three months in
last 36 months prior to techno commercial bid opening against single order or multiple orders.
Notes for Technical Criteria:
(a) The word “executedmentioned in clause 1.1 means that the Bidder should have achieved
the specified criteria in clause 1.1 with any of the following conditions:
(i) The work /order is started and completed within the stipulated period as mentioned in clause 1.1.
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 within the stipulated period as mentioned in clause 1.1 but not
completed as on the last date of stipulated period. In such cases, “In progress” executed
quantity/value of the relevant work certified by the owner vide that work order as on the last date
of stipulated period, shall be considered for evaluation. 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 may include:
1. Purchase order/ work order copies.
2. Work completion certificate against purchase order/Work Order Copies
(b) Reference works executed by the bidder as a member of Joint Venture /
Consortium / Associate can also be considered provided:
The allocation of scope of work between the partners of the Joint Venture
/Consortium/Associate is clearly defined in the executed Joint Venture
Agreement/Consortium Agreement/Deed of Joint Undertaking and Bidder’s
NIT NO.:9900171370
scope of work and break- up of quantities executed by them as individual
contribution in the Joint Venture/ Consortium/Associate, duly authenticated by
the Project Authority, meet the relevant provisions of Qualifying Requirement. In
case the reference work has been executed by the Bidder in an integrated Joint
venture where in allocation of scope of work and break-up of quantities between
the partners is not clearly specified in the integrated Joint Venture Agreement,
then for clause 1.1 above, the credit of executed quantities can be claimed by the
bidder in the ratio of bidder’s share in the integrated Joint Venture Agreement,
provided the bidder establishes that it regularly undertakes works as at clause 1.1
above. The executed works/quantities by integrated Joint Venture shall be duly
authenticated by the Project Authority.
5.2 FINANCIAL CRITERIA:
5.2.1 The average annual financial turnover of the bidder in the preceding three
(3) financial years as on techno commercial bid opening date should not
be less than Rs. 1000 Lakhs.
5.2.2 The bidder should have executed any one of the following similar work
during the preceding seven (7) years from the date of techno-commercial
proposal bid opening:
i) One similar order valuing not less than Rs. 800 Lakhs
OR
ii) Two similar orders each valuing not less than Rs.500 Lakhs
OR
iii) Three similar orders each valuing not less than Rs. 400 Lakhs
Note:
a.
Techno commercial bid opening date refers to the FIRST scheduled technical bid opening date.
b.
The word “executed” mentioned above means the bidder should have achieved the criteria specified above, even
if the total contract is started earlier and/or is not completed/closed.
c.
In case of orders under execution, the value of work executed till the last day of the month previous to the NIT
publication as certified by the client shall be considered.
d.
Net worth should not be less than 100% (hundred percent) of the bidder's paid up share capital as on the last day
of the preceding financial year. In case the Bidder meets the requirement of Net worth based on the strength of
its Subsidiary (ies) and / or Holding Company and / or Subsidiaries of its Holding companies wherever
applicable, 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 share capitals and Y1,Y2, Y3 are individual paid up share capitals
NIT NO.:9900171370
e.
In cases where audited results for the last financial year as on the date of Techno Commercial bid opening are not
available:
i. The financial results certified by a practicing Chartered Accountant shall be considered acceptable.
ii. In case, bidder is not able to submit the Certificate from a 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.
f. 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 furnishes the following further documents on 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 in the bid documents,
stating that the unaudited unconsolidated financial statements form part of the Consolidated Annual Report of
the Company
g. Net Worth means the sum total of the paid up share capital and free reserves. Free reserves
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 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.
h.
Other income shall not be considered for arriving at annual turnover.
i.
“Holding Company” and “Subsidiary Company” shall have the meaning ascribed to them as per Companies Act
of India
5.3 Bidder should have a valid Provident Fund Code Number & PAN from IT Department
5.4 The bidder should have GST registration.
6.0 Technical Bid submission:
a) This is an E-tender case and bidders shall submit bid (Technical Bid & Price Bid)
ONLINE ONLY. Bids sent in physical form thru any other means/ media is not at all
acceptable & it may be liable to be rejected.
b) Acceptance of Fraud prevention Policy guarantee and other Terms & conditions etc,
along with nil deviation statement & letter of undertaking are to be uploaded and signed
digitally.
c) All the bid related documents viz. technical bid, QR etc are to be uploaded with your
digital signatures in the tender document in relevant cover.
7.0 EMD , Letter of Undertaking(LOU) & Nil deviation certificate Documents
a) EMD in form of DD/BC/BG is to be submitted in sealed envelope in Physical Form /
Offline within the scheduled period. Bidders who have valid MSME certificate are not
NIT NO.:9900171370
required to submit EMD in form of DD/BC/BG. Please note that MSME certificate may
also submitted online and digitally signed if bidders having valid MSME certificate.
b) Letter of undertaking and Nil deviation is to be submitted through online and digitally
signed.
c) Above sealed envelope must be super scribed with NIT No., Date of Opening
(Technical), Sender’s Name and Address.
d) Technical Bid / Price Bid of the Bidders who have not submitted requisite amount
of Tender Fee/ EMD (in form of DD/BC/BG) or valid MSME certificate and who do
not satisfy the Qualifying Requirements shall not be considered.
e) All the documentary evidence like PAN, PF registration number, QR relevant document
should be uploaded online and signed digitally.
f) NTPC will not be responsible in any way for late receipt of Tender Fee (in form of
DD/BC OR MSME) & EMD (i.e in form of DD/BC/BG or MSME) due to any postal
delay or delay in any form in transit.
8.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is considered
qualified.
9.0 The contracting agencies shall also comply and meet all the requirements of SA-8000-2008
standard. NTPC will verify the same through planned monitoring.
10.0 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.
11.0 In case of any difficulty for tender submission, below mentioned officer(s) may be
contacted.
1. D.S.Meena, Manager(CS)
SHARED SERVICES CENTRE (C&M)- DBF & HYDRO,
ADMIN BUILDING- NTPC,
FARIDABAD GAS POWER STATION,
RASHMIPURAM, SECTOR-71,
P.O.- NEEMKA, TIGAON ROAD,
FARIDABAD, HARYANA- 121004
Ph: 0129-2404523,email:dsmeena@ntpc.co.in
2. D.Chattopadhyay, AGM(C&M)
SHARED SERVICES CENTRE (C&M)- DBF & HYDRO,
ADMIN BUILDING-NTPC,
FARIDABAD GAS POWER STATION,
RASHMIPURAM, SECTOR-71,
P.O.- NEEMKA, TIGAON ROAD,
FARIDABAD, HARYANA-121004
Ph:0129-2404512,email:dchattopadhyay@ntpc.co.in