Page 1 of 4
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
SHARED SERVICE CENTRE- WR1, KAWAS
NOTICE INVITING TENDER (NIT)
FOR THE WORK OF
Deployment of excavator, backhoe loader, Tipper truck and work force for
Wagon Tippler Hopper grill cleaning, boulder separation and breaking,
levelling and residual coal cleaning from Railway wagons at Coal handling
Plant of NTPC Solapur, Pin-413215
(DOMESTIC COMPETITIVE BIDDING)
Tender Ref: NTPC/SSC - WR-I(KAWAS)/9900173893 Date: 27.02.2019
Bidding Document NO: C00149
1.0 NTPC Limited (NTPC) invites online bids on “Single Stage Two Envelope Bidding
basis” from eligible bidders for aforesaid package, as per the scope of work
briefly mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
Brief scope of work includes "Deployment of excavator, backhoe loader,
Tipper truck and work force for Wagon Tippler Hopper grill cleaning,
boulder separation and breaking, levelling and residual coal cleaning from
Railway wagons at Coal handling Plant of NTPC Solapur" as per bidding
document. Detailed scope of work has been specified in the bidding documents.
NTPC intends to finance subject Package through Domestic Commercial
Borrowings/Own sources.
3.0 Detailed Specification, Scope of Work and Terms & Conditions are given in the
Bidding Documents, which are available for examination and Sale at our
eProcurement Portal (https://eprocurentpc.nic.in/nicgep/app) and as per the
following schedule:
NIT Date 27.02.2019
Document sale Commencement Date 27.02.2019
Last date for receipt of queries from bidders
(if any)
13.03.2019
Last Date & time for Bid submission
2
0
.
03.2019
at 1
5
00 Hrs (IST)
22
.03.2019 at 1500 Hrs (IST)
Price bid Opening Date & time
Shall be intimated separately.
Tender Fee
INR 1328
/
-
Corrigendum, if any, shall be done at our eProcurement Portal
(https://eprocurentpc.nic.in/nicgep/app) only.
4.0 All bids must be accompanied by Bid Security for an amount of INR 1,00,000/-
(Indian Rupees One Lac only) in the form as stipulated in the Bidding
documents. Bid Security shall be submitted in a sealed envelope separately in
Page 2 of 4
physical form by the stipulated bid submission closing date and time at the
address given below.
Benefits of MSME bidders in respect of Tender Fee and Bid Security shall be
applicable in line with clause 31 of section 2 Instruction to Bidders.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A
SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE
EMPLOYER AS BEING NON-RESPONSIVE AND SHALL NOT BE OPENED.
5.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
The bidder who wishes to participate in the bidding shall meet the Qualifying
Requirements stipulated hereunder:
5.1 Technical Criteria:
5.1.1 The bidder must be the owner or having hiring agreement with the owner of
excavator, Backhoe loader, tipper truck.
AND
5.1.2 The bidder must have executed the work of deployment of excavator,
backhoe loader, tipper truck for job of earthwork / transportation / loading /
unloading for period of minimum three months within preceding 07 (seven) years
as on first schedule date of Techno-commercial bid submission in any of the
following manner: -
a. One (1) order having contract value not less than INR 60.92 Lacs.
OR
b. Two (2) orders having contract value not less than INR 38.08 Lacs each
OR
c. Three (3) orders having contract value not less than INR 30.46 Lacs each
Note:
(i) The word “Executed" mentioned above means that the bidder should have
achieved the criteria specified above, even if the total contract is started earlier
and/or is not completed/closed.
(ii) In case of orders under execution, the value of work executed till the first
schedule date of Techno-commercial bid submission as certified by the client
shall be considered acceptable.
(iii) In case of the hiring agreement, the bidder shall be required to furnish deed
of agreement having validity for full execution period.
5.2 Financial criteria:
5.2.1
The average annual turnover of the Bidder, should not be less than Rs.
76.15 Lacs (Rupees Seventy-Six Lacs, Fifteen Thousand only) during the
preceding three (3) completed financial years as on the first schedule date of
Techno-commercial bid submission.
5.2.2
In case the bidder does not satisfy the financial criteria, stipulated at Cl.
5.2.1 above on its own, it’s holding company would be required to meet the
stipulated turnover requirements at Cl. 5.2.1 above, provided that the net worth of
Page 3 of 4
such holding company as on the last day of the preceding financial year is at
least equal to or more than the paid-up share capital of the holding company. In
such an event, the bidder would be required to furnish along with its Techno-
Commercial bid, a Letter of Undertaking from the holding company,
supported by Board Resolution, as per the format enclosed in the bid
documents, pledging unconditional and irrevocable financial support for
the execution of the Contract by the bidder in case of award.
5.2.3
In case the bidder is not able to furnish its audited financial statements on
stand-alone entity basis, the unaudited unconsolidated financial statements of
the bidder can be considered acceptable provided the bidder further furnishes
the following documents in 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.
5.2.4
In cases where audited results for the last financial year as on the date of
techno-commercial bid opening are not available, the financial results certified by
a practicing Chartered Accountant shall be considered acceptable. 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 practicing Chartered
Accountant certifying the financial parameters is not available.
NOTES:
(i) Other income shall not be considered for arriving at annual turnover.
(ii) “Holding company “and “Subsidiary Company “shall have the meaning
ascribed to it them as per Companies Act of India.
(iii) ‘Holding Company’, in relation to one or more other companies, means a
company of which such companies are subsidiary companies.
‘Subsidiary Company’ or ‘subsidiary’, in relation to any other company (that is to
say the holding company) means a company in which the holding company-
a. Controls the composition of the Board of Directors or
b. Exercises or controls more than one-half of the total share capital
either at its own or together with one or more of its subsidiary
companies: provided that such class or classes of holding companies
as may be prescribed shall not have layers of subsidiaries beyond such
numbers as may be prescribed.
6.0 NTPC reserves the right to reject any or all bids or cancel / withdraw the
Invitation for Bids/NIT without assigning any reason whatsoever and in such case
no bidder / intending bidder shall have any claim arising out of such action.
Page 4 of 4
7.0 A complete set of Bidding Document may be downloaded by any interested
Bidder from https://eprocurentpc.nic.in/nicgep/app. Tender fee as mentioned
above in the form of a crossed account Payee demand draft in favour of NTPC
Ltd., Payable at Kawas is required to be submitted in separately sealed envelope
at the address mentioned in the bidding document before stipulated date & time
of submission of bid.
Prospective bidders are compulsorily required to provide GSTIN number
with Tender Fee.
8.0 Issuance of bid documents to any Bidder shall not construe that such bidder is
considered to be qualified. Bids shall be submitted online and opened at the
address given below in the presence of Bidder’s representatives who choose to
attend the bid opening. Bidder shall furnish Cost of bidding document, Bid
Security and Power of Attorney separately offline as detailed in Bidding
Documents by the stipulated bid submission closing date and time at the address
given below.
9.0 Transfer of Bidding Documents purchased by one intending Bidder to another is
not permissible.
10.0 Address for communication:
ADDITIONAL GENERAL MANAGER (C&M)
Western Region 1 Shared Service Centre – Kawas,
Simulator Building, Kawas Gas Power Project,
PO Adityanagar,
Surat – 394516, Gujarat
Tel: +91 0261 2861064
Email:
sonamkumari@ntpc.co.in/bnarasimha@ntpc.co.in/ subodhshankar@ntpc.co.in
Websites: https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com or
www.ntpc.co.in
11.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi – 110003
Corporate Identification Number: L40101DL1975GOI007966.
Website: www.ntpc.co.in