(INDIRA GANDHI SUPER THERMAL POWER PROJECT, JHAJJAR)
(CONTRACTS & MATERIALS DEPARTMENT)
Ref. No. : IGSTPP/CS/18-19/CRN-3089
Page 1 of 6
Aravali Power Company Private Limited
Mandatory Information
Project Name
Indira Gandhi Super Thermal Power Project Jharli,
Jhajjar.
NIT Ref. No.
Ref. No. IGSTPP/CS/18-19/CRN-3089
Date of NIT Issue
11/01/2019
Package No.
CRN-3089
Short Description of NIT
Design, Supply, Erection & Commissioning of CLO
2
system for IGSTPP- Jharli Jhajjar Haryana.
Document Sale start
01/03/19
Source of NIT
Domestic Competitive Bidding (DCB)
Contract Classification
Service Contract
Bid submission end date
25/03/19 (up to 3:00 PM)
Bid opening Date (Technical)
26/03/19 (at 3:00 PM)
Package In charge’s mail ID
mohanlal@ntpc.co.in
Alternative Coordinator’s mail ID
ankitjain@apcpl.co.in
Note: Bid documents shall be downloaded from our e-tendering portal
https://etenders.gov.in/eprocure/app. The tender cost of Rs. 5310/- shall be paid
separately along with EMD of Rs. 10,00,000.00. It is to be noted that the tender
cost shall be strictly be submitted in the form of DD, in favour of “APCPL”,
payable at Jharli / Bahadurgarh. EMD amount of Rs. 10,00,000.00 can be paid
in the form of DD or BG. The tender cost and EMD shall reach us in original
before bid opening. In case of non-submission of tender fee or EMD of
requisite amount your BID shall be liable to be rejected.
(INDIRA GANDHI SUPER THERMAL POWER PROJECT, JHAJJAR)
(CONTRACTS & MATERIALS DEPARTMENT)
Ref. No. : IGSTPP/CS/18-19/CRN-3089
Page 2 of 6
Aravali Power Company Private Limited
APCPL invites sealed bids for its INDIRA GANDHI SUPER THERMAL POWER PROJECT (IGSTPP),
JHAJJAR from reputed contractors/agencies who fulfill the Qualifying Requirements stipulated below, for the
following Package:
Table - A
Sl.
No.
Description
Package
No.
Est.
Value
(Rs.
Lacs)
Bid
Submission
End date/
Bid
Opening
Date
(Technical
bid only)
Completion
Period
01
Design, Supply, Erection
& Commissioning of CLO
2
system at IGSTPP Jharli
Jhajjar Haryana.
CRN-
3089
666.00
25/03/19
26/03/19
12 Months
NOTE: I. The bid documents shall be on sale from 01/03/19(18:00) and shall be submitted up to 15:00 Hrs. on
25/03/19 and Technical bid shall be opened on 26/03/19 at 15:00 Hrs.
II. Cost of Tender documents shall be in the form DD payable at Jharli / Bahadurgarh, in favor of
“APCPL”. It is to be noted that the tender cost shall be strictly be submitted in the form of
DD, in favor of “APCPL”, payable at Jharli / Bahadurgarh.
PART- I: QUALIFYING REQUIRMENT
1.0 Technical Criteria :
1.1
Bidder should have designed, supplied, erected/supervised erection and commissioned/supervised
commissioning of at least one (1) number of Chlorine Di-Oxide System/Plant having at least one (1) number
Chlorine Di-Oxide (ClO2) generator of capacity not less than 40 Kg/hr in the preceding Seven (07) Years as
on the date of Techno Commercial Bid Opening. The above system/plant should have been in successful
operation for at least one (1) year prior to the date of Techno-commercial Bid opening.
1.2
Bidder who do not fulfill the requirement in clause 1.1 above, can also participate provided the Bidder has
designed, supplied, erected / supervised erection and commissioned / supervised commissioning of at least
one (1) number Gas chlorination plant / system of capacity not less than 120 Kg/hr in any industrial
application and associates/collaborates with a party fully meeting the requirements of clause 1.1 above
In such a case, the Bidder shall be required to furnish a Deed of Joint Undertaking(s) (DJU) jointly
executed by the Bidder and the Collaborator(s)/Associate(s) and each executants of DJU shall be jointly and
severally liable to the Employer for successful performance of Chlorine Di-Oxide (ClO2) System / Plant, as
per the format enclosed with the bidding documents. The Deed of Joint Undertaking(s) (DJU) should be
submitted along with the bid failing which Bidder shall be disqualified and its bid shall be rejected. In case
of award, the Collaborator(s)/Associate(s) shall be required to furnish an on demand bank guarantee as per
the format enclosed with the bidding documents for a value equal to 2% (two percent) of the contract price in
addition to the Contract Performance Security to be furnished by the Bidder.
(INDIRA GANDHI SUPER THERMAL POWER PROJECT, JHAJJAR)
(CONTRACTS & MATERIALS DEPARTMENT)
Ref. No. : IGSTPP/CS/18-19/CRN-3089
Page 3 of 6
Aravali Power Company Private Limited
2.0 Financial Criteria:
2.1
The average annual turnover of the Bidder, should not be less than INR 740 Lakhs (Rupees Seven Crores
Forty Lakhs only) during the preceding three (3) completed financial years as on the date of techno-
commercial bid opening.
In case the bidder does not satisfy the financial criteria, stipulated at Clause 2.1 above on its own, it’s
holding company would be required to meet the stipulated turnover requirements at Clause 2.1 above,
provided that the net worth of 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.
2.2
The Net Worth of the Bidder as on the last date of the preceding financial year (reckoned on the date of
Techno-Commercial bid opening) should not be less than 100% paid-up share capital of Bidder.
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% of their paid up share capital. However individually,
their Net worth should not be less than 75% 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.
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 for substantiation of its qualification : -
a) Copies of the unaudited unconsolidated financial statements of the bidder along with copies
of the audited consolidated financial statements of the Holding Company.
b) 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.
In case, 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.
(INDIRA GANDHI SUPER THERMAL POWER PROJECT, JHAJJAR)
(CONTRACTS & MATERIALS DEPARTMENT)
Ref. No. : IGSTPP/CS/18-19/CRN-3089
Page 4 of 6
Aravali Power Company Private Limited
NOTES for Clause 2.0 above:
a) 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.
b) Other income shall not be considered for arriving at annual turnover.
c) “Holding Company” and “Subsidiary” shall have the meaning ascribed to them as per
Companies Act of India.
d) For turnover indicated in foreign currency, the exchange rate as on seven (07) days prior to
the date of Techno-Commercial bid opening shall be used
PART-II : GENERAL REQUIREMENTS:
1.0 The bidder should submit PAN, GST, PF Registration etc. It may be clearly noted that first payment
shall be released only after submission of these documents.
2.0 Bid documents shall be downloaded from our e-tendering portal
https://etenders.gov.in/eprocure/app . The tender cost of Rs. 5310/- shall be paid separately
along with EMD of Rs. 10,00,000.00. It is to be noted that the tender cost shall be strictly be
submitted in the form of DD, in favour of APCPL”, payable at Jharli / Bahadurgarh. EMD
amount of Rs. 10,00,000 can be paid in the form of Demand Draft (DD) or Bank Guarantee
(BG). The tender cost and EMD shall reach us in original before bid opening. In case of non-
submission of tender fee or EMD on or before BOD of requisite amount, your BID shall be
liable to be rejected
3.0 The bids shall submitted up to 03:00 P.M. on bid submission closing date and tender shall be opened
at 3:00 PM on due date of bid-opening. If the date of opening happens to be a closed holiday, bids
shall be opened on the next working day.
4.0 The bids submitted without tender cost and EMD shall not be considered for opening.
5.0 Detailed specifications of jobs including scope of work and all terms and conditions of NIT are
given in tender documents.
6.0 For fulfilling the Qualifying Requirements, intending bidder shall be required to submit/upload
(online) the following documents along with their technical bid.
a) EMD in prescribed forms.
b) IT returns filed/Annual Report (Balance Sheet and Profit & Loss Account) of last three financial
years/any other documents showing Turnover.
c) Copies of Work Orders/ Award Letters covering awarded value, detailed scope of work/terms &
conditions/ bill of Quantities along with proof of execution/completion certificate as per above
Qualifying Requirement. The bidder shall provide the reference list with contact address.
d) Firm’s documents like Memorandum & Articles of association/ Partnership/ Proprietorship
Deed/Certificate of Incorporation etc., delivery offices & branches with latest changes if any.
e) Income Tax Permanent Account Number (PAN), GST Numbers.
7.0 TENDER SUBMISSION:
7.1 Bids will be submitted/uploaded in 'THREE' separate covers as below:
Cover I (Fee)
shall contain Tender Cost and EMD (Earnest Money Deposit / Bid
Guarantee).
(INDIRA GANDHI SUPER THERMAL POWER PROJECT, JHAJJAR)
(CONTRACTS & MATERIALS DEPARTMENT)
Ref. No. : IGSTPP/CS/18-19/CRN-3089
Page 5 of 6
Aravali Power Company Private Limited
Cover- II (Technical bid)
shall consist of QR (Qualifying Requirements) documents, Technical
offer, If PAN, GST registrations are already available, and same may
be enclosed along with.
Cover-III (Price bid)
shall consist of Price Bid/commercial Bid
.
Note: All the necessary documents required to meet QR, technical documents etc. shall be
submitted along with the technical bid. APCPL may or may not ask for any further
documents after bid opening and reserves the right to evaluate the bid as per the
documents submitted along with bid.
8.0 TENDER OPENING
8.1 First Part of Opening:
A) Cover-I: EMD and Tender cost will be opened at 15.00 hours on the day set for opening of
technical bid.
B) Cover-II: (QR documents / Technical offer) shall be opened on the same day only of the
bidders whose EMD and Tender cost are found in order.
Note:
(i) All the supporting documents should be certified / attested by the bidder.
(ii) In case the bidder fails to submit the documents in support of meeting the qualifying
requirements (QR), the offer shall be liable for rejection. Offer of the bidder not fulfilling
the QR shall be rejected and their commercial bid shall not be opened.
8.2 Second Part of Opening:
Cover-III: -The commercial bids of only those parties shall be opened who meets
Qualifying requirements and specifications. It shall be opened on a fixed date which will be
intimated separately to only those parties who qualify in line with the qualifying requirements &
specifications.
9.0 Tenders shall be opened in presence of bidder/s, who may wish to be present.
10.0. APCPL reserves the right to assess the capability and capacity of the bidders. Intending parties are
advised to visit the APCPL/IGSTPP site to familiarize themselves with nature and quantum of work
and site conditions.
11.0. The bidders meeting the qualifying requirements (Technically qualified) may be considered for
registration/ Enlistment for similar requirements in future for a period of three years.
12.0 Tender papers are not transferable.
13.0 The work executed means that the bidder should have achieved the progress specified in the Q.R.
even if the total contract is not completed / closed. The same shall be supported by documentary
evidence issued by the owner.
14.0 The bidder should either be a company Registered under the Companies Act 1956 or a partnership /
proprietorship firm.
15.0 If the bid guarantee is in the form of Bank guarantee (BG), the bank should be from the list of banks
whose bank guarantee is acceptable to APCPL and should be checked WHETHER THE STAMP
PAPER FOR THE BANK GUARANTEE IS PURCHASED IN THE NAME OF THE BID
GUARANTEE ISSUING BANK AND THE BANK GUARANTEE SHOULD BE SUBMITTED
IN SPECIFIED FORMAT ONLY ALONG WITH BANK GUARANTEE VERIFICATION
CHECK LIST. The Bank Guarantee verification check list should have been filled, signed and
(INDIRA GANDHI SUPER THERMAL POWER PROJECT, JHAJJAR)
(CONTRACTS & MATERIALS DEPARTMENT)
Ref. No. : IGSTPP/CS/18-19/CRN-3089
Page 6 of 6
Aravali Power Company Private Limited
stamped by the bidder. The format of Bank Guarantee & Bank Guarantee verification check list is
available with tender documents.
16.0 APCPL reserves the right to extend the date for submission & opening of bids without assigning any
reason thereof at its sole discretion.
17.0 APCPL takes no responsibility for delay, loss or non-receipt of tender documents sent by
post/courier.
18.0 Notwithstanding anything stated above, the owner reserves the right to assess the bidder`s capability
and capacity to perform the contract, should the circumstances warrant such assessment in the
overall interest of APCPL Ltd and decision of APCPL in this regard shall be final.
19.0. APCPL reserves the right to accept or reject any or all tenders without assigning any reasons thereof.
In such Circumstances, EMD only shall be returned without any additional financial liability to
APCPL If the last date of receiving application and date of bid opening coincides with a holiday, the
date will be shifted to the next working day.
20.0. Small Scale Industries registered with NSIC/SSIDC (Registered in Haryana)/MSME shall be
exempted from payment of cost of tender documents and Earnest Money Deposit (EMD)
subject to submission of copy of valid registration giving details.
\
Note: Tender documents are only available on our e-tendering website
https://etenders.gov.in/eprocure/app . Bidders can download the same from the same site.
For participating in the tendering agency shall register first on the e-tendering portal and
should have a valid DSC (Digital signature) of class-III. The detail process of participating
in tendering has been available on the https://etenders.gov.in/eprocure/app site.
21.0 Address for Correspondence (For submitting EMD/tender Fee):
General Manager(C&M)
INDIRA GANDHI SUPER THERMAL POWER PROJECT
ARAVALI POWER COMPANY PRIVATE LIMITED
P.O. - Jharli, Dist. - Jhajjar
HARYANA 124141
PHONE NO: 01251-266404/266334/266225
FAX NO: 01251-266202
Email: mohanlal@ntpc.co.in, ankitjain@apcpl.co.in
Government eProcurement System
Tender Details
Date : 02-Mar-2019 10:18 AM
Print
Basic Details
Organisation Chain Aravali Power Company Pvt. Ltd - IGSTPP||Contract and Materials - APCPL
Tender Reference
Number
crn-3089
Tender ID 2019_APCPL_23600_1
Tender Type Open Tender Form of contract EPC Contract
Tender Category Works No. of Covers 3
General Technical
Evaluation Allowed
Yes
ItemWise Technical
Evaluation Allowed
No
Payment Mode Offline
Is Multi Currency Allowed
For BOQ
No
Is Multi Currency
Allowed For Fee
No Allow Two Stage Bidding No
Payment Instruments
Offline
S.NoInstrument Type
1 Demand Draft
Cover Details, No. Of Covers - 3
Cover
No
Cover Document Type Description
1 Fee .pdf
tender fee
and EMD or
valid MSME
2 PreQual/Technical .pdf
QR
documents
and
technical
BID
.pdf
qr
DOCUMENTS
3 Finance .xls boq
Tender Fee Details, [Total Fee in ₹ * - 5,310]
Tender Fee in ₹
5,310
Fee Payable To APCPL Fee Payable At JHAJJAR
BAHADURGARH
Tender Fee
Exemption
Allowed
Yes
EMD Fee Details
EMD Amount
in ₹
10,00,000 EMD
Exemption
Allowed
Yes
EMD Fee Type fixed EMD
Percentage
NA
EMD Payable
To
APCPL EMD Payable
At
JHAJJAR
BAHADURGARH
Work /Item(s)
Title design supply erection commissioning of CLO2 system
Work Description design supply erection commissioning of CLO2 system
Pre Qualification
Details
as per nit
Independent
External Monitor
NA
Tender Value in ₹ 6,66,00,000 Product Category Miscellaneous Works Sub category NA
Contract Type Tender Bid Validity(Days) 180 Period Of Work
(Days)
365
Location cnm Pincode 124141 Pre Bid Meeting
Place
NA
Pre Bid Meeting
Address
NA Pre Bid Meeting Date NA Bid Opening Place cnm
Page 1 of 3
Government eProcurement System
02-03-2019
https://etenders.gov.in/eprocure/app?component=%24DirectLink&page=PublishedVi...
Should Allow NDA
Tender
No Prequalification
Approval Date
NA Allow Preferential
Bidder
No
Critical Dates
Publish Date 01-Mar-2019 06:00 PM Bid Opening Date 26-Mar-2019 03:00 PM
Document Download / Sale
Start Date
01-Mar-2019 06:00 PM Document Download / Sale End
Date
25-Mar-2019 03:00 PM
Clarification Start Date 02-Mar-2019 09:00 AM Clarification End Date 11-Mar-2019 10:00 AM
Bid Submission Start Date 11-Mar-2019 11:00 AM Bid Submission End Date 25-Mar-2019 03:00 PM
Tender Documents
NIT
Document
S.No Document Name Description
Document
Size (in KB)
1 Tendernotice_1.pdf nit 295.92
Work Item
Documents
S.No Document Type Document Name Description
Document
Size (in
KB)
1 Additional Documents banningpolicy.pdf Banning policy 602.93
2 Additional Documents Standardformformats.pdf
Standard forms and
formats
430.43
3 Additional Documents GCCforSupplyCumErrectionNONIDAforAPCPL.pdf
GCC for supply cum
erection Non IDA for
APCPL
625.73
4 Tender Documents salientfeatures.pdf
SALIENT FEATURES
OF CLO2 SYSTEM
159.00
5 Tender Documents 1coverpageandtableofcontent.pdf
Cover page and table
of contents
652.95
6 Tender Documents 2partA.pdf
technical specification
part A
2952.22
7 Tender Documents 3partBIIIAtoIIID.pdf
technical spec part B
subsection IIIA to
IIID
6053.03
8 Tender Documents 3partBIIIE.pdf
technical specification
part B subsection IIIE
2091.17
9 Tender Documents 4partC.pdf
technical specification
part c
3254.24
10 Tender Documents 5partD.pdf
technical specification
part D
3866.65
11 Tender Documents 6partE.pdf
technical specification
part E
604.37
12 Tender Documents 7partF.pdf
technical specification
part F
262.38
13 BOQ BOQ_25378.xls Bill of quantity 252.00
14 Tender Documents detailedNITandQRchecklist.pdf
Detailed NIT and QR
Checklist
847.44
15 Additional Documents Jobhazardanalysis.pdf Job Hazard analysis 685.42
16 Other Document deedofjointuntertakingandbgformat.pdf
Deed of joint
undertaking and BG
format
540.04
17 Additional Documents Instructiontobidders.pdf Instruction to bidder 783.77
18 Other Document fraudpolicy.pdf
form of acceptance of
fraud policy
238.86
19 Tender Documents Specialtermsandconditionslayoutqualityplan.pdf
SPECIAL TERMS AND
CONDITIONS,
lAYOUT PLAN AND
FEILD QUALITY PLAN
1428.13
View GTE Details
S.No Particulars Expected Value Mandatory
1.0 General technical criteria Yes
1.01 Acceptance and Compliance to bid Provisions Yes Yes
1.02 Declaration in banning policy 02 Yes Yes
1.03 Declaration in banning policy 03 Yes Yes
Page 2 of 3
Government eProcurement System
02-03-2019
https://etenders.gov.in/eprocure/app?component=%24DirectLink&page=PublishedVi...
1.04 Declaration in banning policy 04 Yes Yes
1.05 Declaration in banning policy 1 Yes Yes
1.06 Fraud prevention policy declaration Yes Yes
1.07 Nil Deviation Yes Yes
1.08 Price Variations Yes Yes
1.09 Technical Suitability of bid Yes Yes
1.1 Validity of bid Yes Yes
Bid Openers List
S.No Bid Opener Login Id Bid Opener Name Certificate Name
1. kumudkumari@ntpc.co.in kumud kumari KUMUD KUMARI
2. ankitjain@apcpl.co.in Ankit Jain ANKIT JAIN
3. ajaykukreti@apcpl.co.in Ajay Parkash AJAY PARKASH
4. deepakrelhan@ntpc.co.in Deepak Relhan DEEPAK RELHAN
Tender Inviting Authority
Name cnm
Address cnm
Tender Creator Details
Created By Ankit Jain
Designation Manager
Created Date 27-Feb-2019 12:49 PM
Page 3 of 3
Government eProcurement System
02-03-2019
https://etenders.gov.in/eprocure/app?component=%24DirectLink&page=PublishedVi...