NTPC Limited eProcurement Portal
Tender Details
Date : 08-Feb-2019 06:05 PM
.pdf or article of
aasociation
PAN no GST
number
3 Finance .xls Price Bid
Tender Fee Details, [Total Fee in ₹ * - 5,310]
Tender Fee in
5,310
Fee Payable To NTPC
Limited
Fee Payable At Payable
At Vidyut
Nagar
Ghaziabad
Tender Fee
Exemption
Allowed
No
EMD Fee Details
EMD Amount in
20,00,000 EMD Exemption
Allowed
No
EMD Fee Type fixed EMD Percentage NA
EMD Payable To NTPC
Limited
EMD Payable At Payable
At Vidyut
Nagar
Ghaziabad
Work /Item(s)
Page
1
of
3
NTPC Limited eProcurement Portal
2/
8/
2019
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=TenderConfir
...
Balance civil works of pump house
Work Description Balance civil work of pump house and desilting chamber of raw water reservoir stage 2 at NCPS
Dadri
Pre Qualification
Details
As per tender documents
Independent
External Monitor
NA
Tender Value in ₹ 5,310 Product Category Serv -
Civil
Sub category NA
Contract Type Tender Bid Validity(Days) 180 Period Of Work
(Days)
548
Location Dadri Thermal Power
Project P.O. VIDYUT NAGAR
DADR
Pincode 201008 Pre Bid Meeting
Place
NA
Pre Bid Meeting
Address
NA Pre Bid Meeting Date NA Bid Opening Place Dadri
Thermal
Power project
Should Allow NDA
Tender
No Prequalification
Approval Date
NA Allow Preferential
Bidder
No
Critical Dates
Publish Date 09-Feb-2019 11:00 AM Bid Opening Date 21-Feb-2019 11:00 AM
Document Download / Sale
Start Date
09-Feb-2019 11:00 AM Document Download / Sale End
Date
19-Feb-2019 10:30 AM
Clarification Start Date 09-Feb-2019 11:00 AM Clarification End Date 16-Feb-2019 05:00 PM
Bid Submission Start Date 09-Feb-2019 11:00 AM Bid Submission End Date 19-Feb-2019 10:30 AM
Tender Documents
NIT
Document
S.No Document Name Description
Document
Size (in KB)
1 Tendernotice_1.pdf NIT 77.61
Work Item
Documents
S.No Document Type Document Name Description
Document
Size (in KB)
1 Tender Documents LOUNDEV.pdf
Letter of undertaking and
nil deviation etc
70.81
2 Tender Documents bidocument.pdf Bid documents 418.50
3 Tender Documents FinalBOQdetailPumphouse.pdf
Detail description of BOQ
items
92.69
4 Tender Documents Tech.pdf Technical specification 2174.81
5 Tender Documents FQP.pdf Reference field quality plan 121.87
6 Tender Documents PriceAdjustemntFormula.pdf Price adjustment formula 23.87
7 Tender Documents scope.pdf Scope of work with agcc 70.90
8 BOQ BOQ_16877.xls Price Bid 327.50
9 Additional Documents GCCforcivil.pdf GCC for civil works 6673.58
10 Additional Documents Banningpolicy.pdf Banning policy 93.52
11 Additional Documents ESC1.pdf
Resolution of disputes thru
ESC
38.75
12 Additional Documents drawings.pdf Drawings 1126.47
View GTE Details
S.No Particulars Expected Value Mandatory
1.0 Do You accept Letter of Undertaking as per tender specific conditions Yes Yes
2.0 Do you accept NTPC Safety Rules Yes Yes
3.0 Do you accept the Fraud Prevention Policy of NTPC Yes Yes
4.0
Do you accept Withholding and Banning of Business Dealing Policy of
NTPC
Yes Yes
5.0 Do you certify full compliance on Qualifying Requirements Yes Yes
6.0 Do you certify full compliance to all provisions of Bid documents Yes Yes
Bid Openers List
Page
2
of
3
NTPC Limited eProcurement Portal
2/
8/
2019
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=TenderConfir
...
S.No
Bid Opener Login Id
Bid Opener Name
Certificate Name
1. aksinghkushwaha@ntpc.co.in A.K.SINGH KUSHWAHA A.K. SINGH KUSHWAHA
2. bcbhat@ntpc.co.in BHUWAN CHANDRA BHATT BHUWAN CHANDRA BHATT
3. mukeshkumar@ntpc.co.in Mukesh Kumar MUKESH KUMAR
4. dkshahi@ntpc.co.in Dilip Kumar Shahi DILIP KUMAR SHAHI
Tender Inviting Authority
Name Mukesh Kumar Sr Manager
Address Room no. 2 Administrative Building NTPC dadri
Tender Creator Details
Created By Mukesh Kumar
Designation Sr. Manager-Contracts
Created Date 08-Feb-2019 05:11 PM
Page
3
of
3
NTPC Limited eProcurement Portal
2/
8/
2019
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=TenderConfir
...
NTPC DADRI
CONTRACTS & MATERIALS DEPARTMENT
INVITATION FOR BIDS (IFB)
FOR
“Balance civil work of Pump House & Desilting Chamber of Raw Water Reservoir Stage- II
at NCPS Dadri.”
LOCATED AT
GAUTAMBUDHNAGAR, UTTAR PRADESH
DETAILS OF NIT/BID NO.
NIT No :
2018_NTPC_12982
Subject: “Balance civil work of Pump House & Desilting Chamber of Raw Water Reservoir Stage- II at
NCPS Dadri”.
1.0 NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly
mentioned hereinafter:
2.0 Brief Details:
2.0 Tender fEE of Rs 5310/- in form of DD/BC and Bid Security (i.e EMD-Rs 20 Lakhs in form of
DD/BC/BG) and IntegrityPact (if applicable) shall be submitted in a sealed envelope separately offline by the
stipulated bidsubmission closing date and time at the address given below. Any bid without an acceptable Bid
Security and Integrity Pact (if applicable) shall be treated as non-responsive by the employer and
shall not be opened.
3.0 A complete set of Bidding Documents may be downloaded by any interested Bidder.And have to
payment (non-refundable) of the cost of the documents as mentioned above in the form of a crossed
account Payee demand draft/BC/BG(for EMD) in favour of NTPC Ltd., Payable at Vidyut Nagar Or
Ghaziabad or directly uploaded MSME certificate at our GEPNIC Site
(https://eprocurentpc.nic.in/nicgep/app)
4.0 First time users not allotted any vendor code are required to approach NTPC at
least ten working days prior to Document Sale Close date and submit following
details.
a) For creation of vendor code:
i) Copy of GST Registration, PAN no.,
ii) Valid email ID
iii) Address Proof
iv) Cancel cheque & E.F.T(to be verified by bank)
Note: Format of E.F.T (Electronic Fund Transfer) is attached along with tender documents
Bid Invitation No.
2018_NTPC_12982
Estimated Cost INR 1011.05 Lakhs
Document Sale Commencement Date
& Time
As per Web NIT
Contract Classification Works contract
Last Date and Time for Bid Submission As per Web NIT
Technical Bid Opening Date & Time As per Web NIT
Price Bid Opening Date & Time Intimated later
Cost of Bidding Document in INR 5310/-(Tender fees)
EMD in INR Rs 20 Lakhs
Last Query Date (if any) As per Web NIT
b) For registration in GEPNIC(Govt Eprocurement National Informatics Centre)
i) Go to site: https://eprocurentpc.nic.in/nicgep/app
ii) Click on Online bidder enrollment & fillup your details
iii) Send the copy of registration in Gepnic at following Address.
AGM (C&M),NTPC LTD
National Capital Power Station, Dadri
P.O. Vidyut Nagar, Distt.-G.B.NAGAR
U.P -201008,Telephone No.: 0120-2670132
Email:dchattopadhyay@ntpc.co.in
5.0 Brief Scope of Work & other specific detail of
Balance civil work of Pump House & Desilting Chamber of
Raw Water Reservoir Stage- II at NCPS Dadri
(attached in tender).
6.0
0 Qualifying Requirements for Bidders:
Bidder should meet the QR stipulated hereunder:
6.1 Bidder should either be a Company Registered under the Companies Act, 1956 & subsequent
amendments or a partnership/ proprietorship firm.
6.2 The Bidder should have executed the following works within the preceding seven (7) years
reckoned as on the date of techno commercial bid opening:
a) Civil & Structural work of Pump house, pump sump including underground excavation,
dewatering, and
b) Concreting of 3000 cum in any one (1) year in one (1) or cumulative two (2) concurrently
running contract.
Note: The one (1) year period means any continuous 12 months period. However, for concurrent
works, the same 12 months period shall be considered.
6.3 The average annual financial turnover of the bidder in the preceding three (3) financial years as
on the date of Techno- Commercial bid opening, should not be less than Rs.674.03 Lakhs.
Note:
a) Techno commercial bid opening date refers to the FIRST scheduled technical bid opening date.
b) The work “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 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+3) 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.
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 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 practising 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 from 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 considered for arriving at annual turnover.
i) Bidder should have a valid provident fund code number and Income Tax permanent account
Number (Pan).
j) The bidder should have GST Registration.
7.0 Notwithstanding anything stated above, the Employer reserves the right to assess the
capabilities and capacity of the Bidder / his collaborators/associates/subsidiaries/group
companies to perform the contract, should the circumstances warrant such assessment in the
overall interest of the Employer.
8.0 DOCUMENT TO BE SUBMITTED WITH TECHNICAL BID:
Legible copies of the following documents duly signed by the authorized representative of the
bidder are to be submitted in support of the qualifying requirements along with technical bid.
a) Award letter / work order with bill of quantities ii) proof of value of work executed as
mentioned at (b) below:
b) Documentary evidence issued by the employer as proof of value of work executed
clearly indicating i) the executed value of the work and ii) period (giving start date and
end date) during which the work has been executed, in the form of job completion
certificate/ final deviation order / copies of measurement book (R/A bills). An employer
means Public Sector Undertaking/ Government / Semi-Government Organization or a
reputed Private Organization / Company.
c) The proof of value of successfully executed work required:-
(I) Documents required for execution of Civil & Structural work of pump house & pump sumps
including underground excavation, dewatering.
a) The agency has to preferably submit the copy of work order and completion certificate clearly indicating
“civil & structural work of pump house & pump sumps”. If the Civil & Structural work of ‘pump house &
pump sumps’ has been executed under any package then proof of execution of ‘Civil & Structural work of
Pump house & pump sumps’ is to be submitted i.e. copy of BOQ / scope of work / drawing along with
detail of execution or for the same wherein ‘Civil & Structural work of pump house & pump sumps’ is
mentioned OR client certificate stating that the work of ‘Civil & Structural work of Pump house & pump
sumps’ has been executed under the package, which is to be submitted by vendor for QR purpose.
Further, the proof of execution of excavation & dewatering work under the submitted work order is also to
be submitted in same manner as mentioned a) above.
(II) Documents required for the job of concreting of 3000 cum.
a) The agency has to submit the copy of work order and completion certificate, in which following details
are required:
i) Name of work:
ii) Schedule period of work:
iii) Award value of work:
iv) Actual date of completion:
v) Actual value of completion:
vi) Quanitity of executed concrete work in one year:
vii) Period of execution of concrete work of one year w.e.f .......................... to.............................. .
Note: Concreting of 3000 cum executed during the period of only one year, in any contract shall be
considered.
Further, if the qty. of concreting of 3000 cum has not been executed in any one contract, than other
concurrently running contract shall be considered, in which the concreting work has been executed and
concreting of 3000 cum in any one (1) year in cumulative two (2) concurrently running contract shall be
considered.
d) Audited balance sheet & profit and loss account of last three financial years .
e) Partnership deed/ affidavit for proprietorship/ certificate of incorporation/ articles of
association etc with latest changes, if any.
f) Copy of Power of Attorney of Authorized Signatory (if applicable).
g) The bidder should have independent P.F. code number allotted by Regional Provident
Fund Commissioner. Copy of PF code allotted by RPFC must be submitted with
technical bid.
h) Copy of GST No. & PAN.
9.0 Technical Bid submission:
a) This is an E-tender case and bidders shall submit bid (Technical Bid & Price Bid) in 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.
10.0 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 by the stipulated
bid submission date and time.
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 EMD
(in form of DD/BC/BG), LOU& Nil deviation Certificate online or /
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 & EMD (i.e in form of
DD/BC/BG) due to any postal delay or delay in any form in transit.
11.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
12.0 The contracting agencies shall also comply and meet all the requirements of SA-8000-2008
standard. NTPC will verify the same through planned monitoring.
13.0 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.
14.0 In case of any difficulty for tender submission, below mentioned officer(s) may be contacted
1.0 Pushpa Kashyap Manager (CS)
National Capital Power Station, Dadri
P.O. Vidyut Nagar, Distt.-G.B.NAGAR
U.P -201008,Telephone No.: 0120-2805886
Email id: pushpakashyap@ntpc.co.in
2. Mukesh Kumar Sr.Manager(CS)
National Capital Power Station, Dadri
P.O. Vidyut Nagar, Distt.-G.B.NAGAR
U.P -201008
Telephone: 01202805809
Email: mukeshkumar@ntpc.co.in
3.0 D.Chattopadhyay,AGM(C&M)
National Capital Power Station, Dadri
P.O. Vidyut Nagar, Distt.-G.B.NAGAR
U.P -201008,
Telephone No.: 0120-2670132
Email:dchattopadhyay@ntpc.co.in