Nabinagar Power Generating Company Private Limited
(Wholly owned subsidiary of NTPC Ltd.)
INVITATION FOR BIDS / NOTICE INVITING TENDER (NIT)
FOR
“AMC for Airconditioner, Split Airconditioner, Tower Airconditioner, Deep freezer, Geyser, Washing
Machine etc. at NPGC.”
(Domestic Competitive Bidding)
IFB/NIT No: 0370-1819-CO-EED-00931 Date: 20.04.2019
1. NPGC invites off-line single stage two part bids from eligible Bidders for aforesaid package, as per the
scope of work briefly mentioned hereinafter.
2. Brief Scope of Work & other Specific details:
It includes Preventive Maintenance, Servicing, Cleaning, Overhauling and Breakdown maintenance of
Window Airconditioners, Split Airconditioners, Tower Airconditioners, Watercoolers, Refrigerators,
Deepfreezers, Geyser and Washing Machine of Township and Plant Area for a period of one year from
date of start with satisfactory performance of machine.
3. BENEFITS/EXEMPTION TO SUPPLIES: NIL
4. Detailed specification, scope of work and terms & conditions are given in the bidding documents,
which are available for examination and sale at the address given below and as per the following
schedule:
Bid Invitation No./NIT No. 0370-1819-CO-EED-00931
NIT Date 20.04.2019
Document Sale Commencement Date & Time 22.04.2019, 10:00:00 hrs
Document Sale Closing Date & Time 10.05.2019, 17:30:00 hrs
Source IFB/ NIT Nabinagar Power Generating Co. Pvt. Ltd.
Source of Funding Own resources
Contract Classification Service Contract
Last Date and Time for Bid Submission 24.05.2019, 15:00:00 Hrs.
Technical Opening Date & Time 24.05.2019, 15:30:00 Hrs.
Cost of Bidding Documents in INR Rs. 1181/- (inclusive of GST @ 5%)
Bid Security / EMD in INR Rs. 20,000/-
Pre-bid Conference Not applicable
Last date for Queries Up to 17.05.2019, 17:30:00 hrs
5. Bid Security / EMD is to be paid in the form of Bankers Cheque / Demand Draft drawn in favour
of Nabinagar Power Generating Co. Pvt. Ltd.” Payable at Majhiawan/Barun/Aurangabad, DISTRICT:
Aurangabad, Bihar”.
OR
An irrevocable Bank Guarantee of any Nationalized or Scheduled Bank* in favour of Nabinagar Power
Generating Co. Pvt. Ltd., as per NPGC pro-forma shall also be accepted as Bid Security/ EMD. Pro-
forma of the Bank Guarantee given in bid documents section VIII.
EMD/ Bid Security of inadequate-value/unacceptable format shall not be entertained and such bids
shall not be opened.
(* List of banks is given in tender documents)
“Bid Security” and “No Deviation Certificate” shall be submitted in sealed envelopes separately offline
by the stipulated bid submission closing date and time at the address given below. Any bid without an
acceptable Bid Security shall be treated as non-responsive by the employer and shall not be
opened. All credentials/ filled up formats & supporting documents as asked by NPGC are to be
submitted as attachments with the bid.
6.
A
complete
set
of
Bidding
Documents
be
downloaded
by
any
interested
Bidder
on
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 Nabinagar Power Generating Co. Pvt. Ltd.” Payable at
Majhiawan/Barun/Aurangabad, DISTRICT: Aurangabad, Bihar” or directly through the payment
gateway at NTPC Website www.ntpctender.com. For logging on to the website, the bidder would
require User ID and Password which can be generated by him at the site (www.ntpctender.com) by
registering.
7. 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 Udyog Aadhar or any other body specified
by Ministry of Micro, Small and Medium Enterprises as per MSMED Act 2006,for goods produced and
services rendered, shall be issued the bid documents free of cost and shall be exempted from paying
Earnest Money Deposit.
Further, in case of tenders where splitting of quantity is possible, participating MSEs quoting price
within price band of L1 + 15 percent shall also be allowed to supply a portion of requirement by
bringing down their price to L1 price in a situation where L1 price is from someone other than a Micro
and Small Enterprise and such Micro and Small Enterprise shall be allowed to supply up to 20 percent
of total tendered value. In case of more than one such MSE, the supply will be shared proportionately.
However, in case of tenders where splitting of quantity is not possible, participating MSEs quoting
price within price band of L1 + 15 percent shall be allowed to execute the package by bringing down
their price to L1 price in a situation where L1 price is from someone other than a Micro and Small
Enterprise. The award shall be made as follows:
Award shall be given to L1 bidder if L1 bidder is a MSE. In case L1 bidder is not a MSE, then all the MSE
vendor(s) who have quoted within the range of L1 + 15%, shall be given the opportunity in order of
their ranking (starting with the lowest quoted MSE bidder and so on) to bring down its price to match
with L1 bidder. Award shall be placed on the MSE vendor who matches the price quoted by L1 bidder.
If no MSE vendor who has quoted within range of L1 + 15% accepts the price of L1 bidder then the
award shall be made to the L1 bidder. 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 a attested/self certified copy of registration
certificate, giving details such as stores/services, validity (if applicable) etc. failing which they run the
risk of their bid being passed over as ineligible for the benefits applicable to MSEs.
8. Qualifying Requirement of bidders:
In addition to satisfactory fulfilment of the requirements stipulated under Section ITB (instruction to
Bidders), the Bidder should meet the minimum Qualifying Requirements as stipulated here under:
1. Technical Criteria for Qualification:
The Bidder should have experience of executing the work of Maintenance or Overhauling or
Erection, Testing & Commissioning of Air-Conditioning Equipment/System/Plants and should have
Electrical License/ have applied for renewal of the same from/ to competent authority as on date
of Bid opening.
2. Financial Criteria for Qualification:
i) The average annual turnover of the bidder in the preceding 3 (three) financial years as on the
date of bid opening shall not be less than Rs. 22.53 lakhs.
ii) The bidder should have executed similar works(s) preceding 7 (seven) years reckoned as on the
Bid opening, with any of the following executed values(s) of the contract(s).
a) Single order of value not less than Rs. 18.03 lakh
OR
b) Two orders each of value not less than Rs. 11.27 lakhs
OR
c)
Three
orders
each
of
value
not
less
than
Rs.
9.0
2
lakhs
Similar work(s) mentioned above would mean “Maintenance or Overhauling or Erection, Testing &
Commissioning of Air-Conditioning Equipment/System/Plants”.
The following may also be noted towards meeting the Financial Criteria:
I. Other income shall not be considered for arriving at the annual turnover.
II. The word ‘executed’ above means that the bidder should have achieved the criteria mentioned
in the Qualifying Requirement within the period specified even if the total contract has been
started earlier and/or is not completed/closed.
III. In case where audited result of the last financial year as on date of Techno-commercial bid
opening is not available, the financial results duly certified by a practicing Chartered Accountant
shall be considered acceptable. In case the 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.
IV. Original documents shall be produced for verification as and when called for.
3. Notes:
The following credentials are to be submitted by the bidders along with bid documents in support
of meeting the Qualifying Requirement as stipulated for the package.
a) Legible copies of documents (Award Letter/BOQ/Agreement) for “similar” work(s) and
Completion Certificate / copy of owner certified Measurement Book(s)/ Bills/Receipts towards
proof of work executed, clearly indicating total value of work executed and the period of
execution in respect of the award.
b) Audited balance sheet and Profit & Loss Account for the last three financial years.
c) Partnership Deed/Affidavit for Proprietorship/Certificate of Incorporation.
d) Copy of PF code Registration number (For Works Contracts only).
e)
Copy
of
PAN
and
GST
Registration
number.
9. Documents submitted by the Bidders should be clearly readable /comprehensible. NPGC reserves the
right to discard incomplete/insufficient/unreadable documents and evaluate tenders on the basis of
balance documents available with the bid which are comprehensible, relevant & acceptable.
10. 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.
11. Bidders are requested / advised to check the Qualifying Requirements (QR) of the subject tender before
downloading / buying the tender document online.
12. Participation in the tender does not automatically mean that the bidders are considered qualified. NPGC
shall evaluate the qualifying requirements of each bidder as per NIT after opening of technical bids and the
bids of the bidder who is not meeting the qualifying requirement shall be treated as non-responsive. After
evaluation of the technical bid, the Price bid(s) of the bidder(s) who do not meet the Qualifying
Requirements shall not be opened and the same shall be returned to the bidder(s) without being opened.
13. NPGC 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. EMD only shall be returned without any additional financial liability to NPGC.
14.
Tender
documents
are
not
transferable.
15. If the date of bid opening coincides with a holiday, the date of bid opening shall be shifted to next working
day.
16. NPGC shall not be responsible for any postal delay / loss / damage or non delivery of EMD / Bid Security, No
Deviation Certificate or the bid.
17. Other terms and conditions of tender shall be as contained in Bid Documents.
18.Address for Communication:
AGM(C&M)/DGM(C&M)/DM(C&M)
Nabinagar Power Generating Company Private Limited
Sivanpur, P.O - Ankorha RS, Dist.: Aurangabad, BIHAR. PIN – 824303
19.
Contact
Details:
Vikash Kumar, Manager(C&M); M.C.Sharma, DGM(C&M)
Tel No.: - 06332-231028, 231007
Emails: cnmnpgc@gmail.com, vikashkumar11@ntpc.co.in, mcsharma01@ntpc.co.in
Websites: - www.ntpctender.com