SECTION - I INVITATION FOR BIDS (IFB)
Page 1 of 5
NTPC LIMITED
(A Government of India Enterprise)
SOUTHERN REGION
SHARED SERVICES CENTER
(CONTRACTS AND MATERIALS DEPARTMENT)
CONTRACTS SECTION
SECTION – I
INVITATION FOR BIDS (IFB)/NOTICE INVITING TENDER(NIT)
SECTION - I INVITATION FOR BIDS (IFB)
Page 2 of 5
INVITATION FOR BIDS (IFB)
Tender Ref: NTPC / 9900175635
A. NTPC Limited, Shared Services Center - Southern Region, Simhadri Super Thermal Power Station, Visakhapatnam-
531020 invites bids from eligible bidders for the contract with following details:
Sl.No
Particulars
Details
1.
Name of the Package
HT, LT Cable laying works of CHP system at NTPC-Kudgi
2.
Location of Contract
Kudgi Super Thermal Power Station
P.O.: Kudgi, Thaluk: Basavan Bagawadi, Distt. Vijayapura (Karnataka) -
586121.
GST NO. 29AAACN0255D1ZU
3.
Qualifying Requirements
As mentioned in Annexure-1 of IFB
4.
Brief Scope of Work
Scope of work includes laying of cables, cable terminations inculding
connections, cable dismantling as per BOQ. Supply of glands and lugs for LT
cables and Glands for HT cables shall be included in the scope of agency.No
seperate payment shall be paid for supply of glands and lugs.
Details as specified in Tender Documents.
5.
Completion Period/
Duration of Contract
6 Months
6.
Defect Liability Period
As specified in scope of work
7.
Maximum number of
reference work, bidders
can submit for meeting
the Technical QR
Nine(09)
8.
Bid submission end
date/Bid opening Date/Last
date for Clarifications
As per the dates mentioned in Tender Details in eProcurement Portal.
9.
Price Bid
The Bidder shall quote rate and applicable GST for each item in the relevant
field of BOQ sheet (Price Bid). The BOQ (Excel Sheet) template must not be
modified/replaced by the bidder and the same should be uploaded after filling
the relevant columns.
If agency does not mention any GST rate, it will be treated that GST is
inclusive in the quoted Basic Rate. In case the bidder is exempted from GST,
bidder has to produce valid Exemption Document . If not produced, it will be
treated that GST is inclusive in the quoted Basic Rate.
10.
Required Offline
Documents
Following shall be submitted in a sealed envelope separately offline by the
stipulated Bid Submission End Date and Time at the address given below:
Bid Security (EMD Exemption Claim / Original Bank Guarantee /
Original Demand Draft / Original Pay Order / Original Banker's Cheque)
Tender Fee ( Original Demand Draft / Original Pay Order / Original
Banker's Cheque/ Exemption claim in the form of MSME/NSIC/UAM)
Note-1: Bid Security and Tender Fee in the form of Demand Draft or Pay
order or Banker’s Cheque shall be in favour of NTPC Ltd. payable at
Visakhapatnam
Note-2: Failure of submission of above mentioned Original Offline
Documents except exemption claim, before stipulated Bid submission end
date and time may result in rejection of bid. The documents pertaining to
Fee Exemptions (Tender Fee and EMD) shall be uploaded in the e-
tendering portal cover type FEE.
SECTION - I INVITATION FOR BIDS (IFB)
Page 3 of 5
11.
Tender Fee & EMD
EMD Amount (Rs) 2,00,000.00
Tender Fee Amount (Rs) 2,250.00
Micro and Small Enterprises (MSEs) registered with District Industries
Centers 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 any other
body specified by Ministry of Micro, Small and Medium Enterprises as
per MSMED Act 2012, for goods produced and services rendered, shall
be issued the bid documents free of cost and shall be exempted from
paying Earnest Money Deposit.
OR
Bidders to note that MSE Benefits are not applicable since the nature of
subject contract is “Works”.
12.
Price Basis
Firm Price Basis.
13.
Order Placement
On Single Agency
14.
Purchase Preference
NTPC shall allow purchase preference, as indicated in the bidding
documents(ITB), to bids from MSEs as defined in the bidding documents.
The bidders may apprise themselves of the relevant provisions of bidding
documents in this regard before submission of their bids.
Bidders seeking MSE benefits should necessarily upload relevant documents
in etender portal.
Bank Name
State Bank of India
IFSC Code
SBIN0020914
Branch
Deepanjali Nagar (Branch Code 20914)
Bank Address
Deepanjali Nagar, NTPC Simhadri, Visakhapatnam - 531020
15.
Employer’s Beneficiary
Bank Details for Tender
Fee & EMD (if applicable).
E mail id
ntpc_djnagar@sbi.co.in
B. A Complete set of bidding Document may be downloaded by any interested Bidder directly through NTPC
eProcurement Portal, https://eprocurentpc.nic.in.
C. Tender documents are non-transferable. No bidder other than the original bidder in whose name the tender
documents are sold before Bid Submission End Date and Time can submit the offer.
D. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
E. NTPC reserves the right to reject any or all bids or cancel / withdraw the Invitation For Bids (IFB) without assigning
any reason whatsoever and in such case no bidder / intending bidder shall have any claim arising out of such action.
F. ADDRESS FOR COMMUNICATION
AGM (C&M-Contacts), NTPC LIMITED,
Shared Services Center - Southern Region,
Simhadri Super Thermal Power Station,
Post: NTPC Simhadri-531020, Distt. Visakhapatnam (A.P)
Contact Phone: 9440100224
E-Mail: / gramasubodhreddy@ntpc.co.in / sreekumarv@ntpc.co.in
Websites: https://eprocurentpc.nic.in or www.ntpctender.com
Registered office:
NTPC Bhawan, Core – 7, Scope Complex, Institutional Area, Lodhi Road, New Delhi – 110003. Website: www.ntpc.co.in
SECTION - I INVITATION FOR BIDS (IFB)
Page 4 of 5
ANNEXURE-1
Qualifying Requirements for HT/LT Cable Laying Works of CHP System at NTPC Kudgi
1.0 Technical Criteria
1.1 Bidder should have experience of having successfully executed the work(s) of HT/LT Power
Cable Laying or Sub-station/ Switchgear Installation, with Contract values as detailed below, during the last
seven (7) years as on date of technical bid opening:
Single order of value not less than Rs. 147.41 Lakhs.
OR
Two orders of value not less than Rs. 92.13 Lakhs each.
OR
Three orders of value not less than Rs. 73.70 Lakhs each.
2.0 Financial Criteria:
2.1 The average annual turnover of the bidder, in the preceding three financial years as on the date
of technical bid opening shall not be less than 184.26 Lakhs (Rupees One crore Eightyfour
Lakhs and Twentysix Thousand Only).
3.0 Notes:
1.In case where audited results for the last financial year as on the date of technical 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/Proprietor/Partner that the financial results of the Company are under audit as on the date of
technical bid opening and the certificate from practicing Chartered Accountant certifying the financial
parameters is not available.
2. For the purpose of arriving at the executed value of work specified at 1 above, basic amount only shall be
considered. In case of a contract inclusive of Taxes, agency has to provide the break-up of basic value and
tax.
3. Other income shall not be considered for arriving at annual turnover.
4. The value of the work completed in the preceding seven (7) years reckoned as on date of technical bid
opening, even if it has been started earlier, will only be considered for establishing the qualifying
requirements.
5. The word “executed” means; bidder should have achieved the criteria specified in above QR even if the
total contract is not completed / closed.
6. The bidder should have independent PF code issued by RPFC, valid PAN number and active GST
registration number and the relevant documents shall be submitted along with bid proposal.
7.The bidder should submit the documentary proof for establishing the QR requirements at 1.0 and 2.0
above.
SECTION - I INVITATION FOR BIDS (IFB)
Page 5 of 5
4.0 Notwithstanding anything stated above, the Employer reserves the right to undertake a physical assessment of
the capacity and capabilities including financial capacity and capability of the Bidder / his Collaborator(s) /
Associate(s) / Subsidiary(ies) / Group Company(ies) to perform the Contract, should the circumstances
warrant such assessment in the overall interest of the Employer.
The physical assessment shall include but not be limited to the assessment of the
office/facilities/banker’s/reference works by the Employer. A negative determination of such assessment of
capacity and capabilities may result in the rejection of the Bid.
5.0 The above right to undertake the physical assessment shall be applicable for the qualifying requirements
stipulated in the bidding documents.
6.0 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.
7.0 Issuance of Bidding Documents to any Bidder shall not construe that such Bidder is considered to be qualified.
8.0 Participation in the tender does not automatically mean that the bidders are considered qualified. NTPC shall
evaluate the qualifying requirements of each bidder as per NIT after opening of Technical Commercial bids
and the bids of the bidder who is not meeting the qualifying requirement shall be treated as non-responsive.