NTPC Limited eProcurement Portal
Tender Details
Date : 07-Jun-2019 10:21 AM
Print
Basic Details
Organisation Chain NTPC Limited||Southern Region Headquarter
Tender Reference
Number
NTPC/SSC - SR(Simhadri)/9900175618
Tender ID 2019_NTPC_19798_1
Tender Type Open Tender Form of contract Service
Tender Category Services 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 DD
2 BG
3 BC
Cover Details, No. Of Covers - 3
Cover
No
Cover Document Type Description
1 Fee .pdf
Proof of EMD
and Tender
Fee
2 PreQual/Technical .pdf
Documents
Supporting
QR as per
Annexure-I
to IFB and
other
relevant
provisions of
Tender
Documents
.pdf
Scanned
Copy of
Integrity Pact
as per Clause
15, Section-I
of IFB
(Original to
be submitted
offline)
.pdf
Scanned
Copy of JDU
as per Clause
15, Section-I
of IFB
(Original to
be submitted
offline)
.pdf Scanned
Copy-Power
of Attorney
as per Clause
15, Section-I
of IFB
(Original to
Page 1 of 3
NTPC Limited eProcurement Portal
07-06-2019
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVie...
be submitted
offline
.pdf
Any other
documents
as required
for the
tender.
3 Finance .xls Price Bid
Tender Fee Details, [Total Fee in ₹ * - 5,625]
Tender Fee in ₹
5,625
Fee Payable To NTPC
Limited
Fee Payable At Payable At
Visakhapatnam
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
Visakhapatnam
Work /Item(s)
Title Design, Supply, Installation and Commissioning of Chlorine Dioxide
Work Description Design,Supply,Installation and Commissioning of Chlorine Dioxide Systemfor Ramagundam STPP
Pre Qualification
Details
As per tender documents
Independent External
Monitor
Applicable
Tender Value in ₹ 0.00 Product Category Serv -
Others
Sub category NA
Contract Type Tender Bid Validity(Days) 180 Period Of Work(Days) 365
Location Ramagund Super
Thermal Power Project
Pincode 505215 Pre Bid Meeting Place NA
Pre Bid Meeting
Address
NA Pre Bid Meeting Date NA Bid Opening Place Simhadri Thermal
Power Project
Should Allow NDA
Tender
No Prequalification
Approval Date
NA Allow Preferential
Bidder
No
Critical Dates
Publish Date 07-Jun-2019 12:00 PM Bid Opening Date 02-Jul-2019 04:30 PM
Document Download / Sale Start
Date
07-Jun-2019 01:00 PM Document Download / Sale End
Date
29-Jun-2019 03:00 PM
Clarification Start Date 07-Jun-2019 01:00 PM Clarification End Date 24-Jun-2019 09:00 AM
Bid Submission Start Date 07-Jun-2019 01:00 PM Bid Submission End Date 29-Jun-2019 03:00 PM
Tender Documents
NIT
Document
S.No Document Name Description
Document
Size (in KB)
1 Tendernotice_1.pdf NIT 479.69
Work Item
Documents
S.No Document Type Document Name Description
Document
Size (in KB)
1 Tender Documents Tender_Documents_Rev02.rar
Section I to Section VII of
bid documents
25266.90
2 BOQ BOQ_22380.xls Rates shall be quoted in this
Excel Sheet of BOQ only.
Rates quoted elsewhere
292.00
Page 2 of 3
NTPC Limited eProcurement Portal
07-06-2019
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVie...
shall not be considered for
evaluation process.
View GTE Details
S.No Particulars Expected Value Mandatory
1.0 Do you accept NTPC Safety Rules Yes Yes
2.0 Do you accept the Fraud Prevention Policy of NTPC Yes Yes
3.0 Do you accept Withholding and Banning of Business Dealing Policy of NTPC Yes Yes
4.0 Do you certify full compliance on Qualifying Requirements Yes Yes
5.0 Do you certify full compliance to all provisions of Bid documents Yes Yes
Bid Openers List
S.No Bid Opener Login Id Bid Opener Name Certificate Name
1. ushagurijala@ntpc.co.in Gurijala Usha GURIJALA USHA
2. bravindrababu@ntpc.co.in RAVINDRA BABU BANOTHU B. RAVINDRABABU
3. satishkolluri@ntpc.co.in KOLLURI SATISH Kolluri Satish
4. gramasubodhreddy@ntpc.co.in GRS REDDY
GAJJALA RAMASUBHODAYA
REDDY
Tender Inviting Authority
Name R Santosh KumarDy.Mgr (CS)
Address Simhadri Thermal Power Project P.O. SIMHADRI VISAKHAPATNAM 531020
Tender Creator Details
Created By Ragala Santosh Kumar
Designation Dy.Mgr
Created Date 06-Jun-2019 06:18 PM
Page 3 of 3
NTPC Limited eProcurement Portal
07-06-2019
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVie...
(A Government of India Enterprise)
SOUTHERN REGION
SHARED SERVICES CENT
(CONTRACTS AND MATERIALS DEP
INVITATION FOR BIDS
SECTION
-
I INVITATION FOR BIDS (IFB)
NTPC LIMITED
(A Government of India Enterprise)
SOUTHERN REGION
SHARED SERVICES CENT
E
(CONTRACTS AND MATERIALS DEP
ARTMENT
CONTRACTS SECTION
SECTION – I
INVITATION FOR BIDS
(IFB)
/NOTICE INVITING
Page
1
of
6
E
R
ARTMENT
)
/NOTICE INVITING
TENDER (NIT)
Page
2
of
6
SECTION
-
I INVITATION FOR BIDS (IFB)
INVITATION FOR BIDS (IFB)
A. NTPC Limited, Shared Services Center - Southern Region, Simhadri Super Thermal Power Station, Visakhapatnam-
531020 invites bids Single Stage Two Envelope bidding basis (Envelope-I: Techno-Commercial Bid &
Envelope-II: Price Bid) from eligible bidders for the contract with following details:
Sl.No
Particulars
Details
1
.
Name of the Package
Design, Supply, Installation & Commissioning of Chlorine Dioxide
System for Ramagundam STPP (3x200MW+3x500MW +1x500MW)
2
.
Project Manager
HOP(Ramagundam)
3
.
Address of the Employer &
Location of Contract
Ramagundam Super Thermal Power Station
P.O.: Jyothinagar, Distt. Karim Nagar (Telangana) - 505215.
GST No. 36AAACN0255D1ZZ
4
.
Qualifying Requirements
As mentioned in
Annexure
-
1 of IFB
5
.
Maximum number of
reference work, bidders
can submit for meeting
the Technical QR
Three(03)
6
.
Whether Joint Venture
Permitted?
NO
7
.
Brief Scope
o
f Work
Design, Supply, Installation &
Commissioning of Chlorine Dioxide
System for Ramagundam STPP (3x200MW+3x500MW +1x500MW)
Details as specified in Tender Documents.
8
.
Completion Period/
Duration of Contract
Completion period for the total work is 12 months.
9
.
Defect Liability Period
AS PER GCC
Unless otherwise specified in Scope of Work (Section VI).
10
.
LD Clause
As Specified at Clause 5 of SCC
11
.
Payment Terms
As Specified
at
Appendix 1 (Terms and Procedures of
Payment) to the
Contract Agreement
12
.
Bid submission end
date/Bid opening Date/Last
date for Clarifications
As per the dates mentioned in Tender Details of eProcurement Portal.
13
.
Independent External
Monitors (IEMs)
Applicable
.
In respect of this package, the Independent External Monitors (IEMs) would
be monitoring the bidding process and execution of contract to oversee
implementation and effectiveness of the Integrity Pact Program.
The following Independent External Monitor(s) (IEMs) have been appointed
by NTPC, in terms of Integrity Pact (IP) which forms parts of the NTPC
Tenders/Contracts:
(i)
Shri M.F.Farooqi (Retd IAS) (email:mffarooqui@gmail.com)
(ii)
Shri Satyananda Mishra, (IAS, Ex-CIC) (email:satyanandamishra
@hotmail.com)
14
.
Price Bid
The Bidder shall quote R
ate
along with
applicable GST for each item
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
Page
3
of
6
SECTION
-
I INVITATION FOR BIDS (IFB)
treated that GST is inclusive in the quoted Basic Rate.
If rates of GST are different for different items, the same shall be mentioned
in Sheet titled “GST Breakup” in Excel BOQ Template of Price Bid.
Rates of Recommended Spares shall be quoted in Sheet titled
“Recommended Spares” in Excel BOQ Template of Price Bid.
15
.
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 (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)
Integrity Pact (Applicable).
Deed of Joint Undertaking (Applicable).
Power of Attorney
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 Original Offline Documents for Bid
Security , Tender Fee, and Deed of Joint Undertaking (if applicable), before
stipulated Bid submission end date and time may result in rejection of bid.
16
.
Tender Fee & EMD
EMD Amount (
)
20,00,000/
-
(Rupees Twenty Lakhs Only)
Tender Fee Amount ()5,625/- (Rupees Five Thousand Six Hundred Twenty
Five Only)
17
.
Price Basis
FIRM Price basis
.
18
.
Order Placement
On Single Agency
.
19
.
Purchase Preference
NTPC shall allow purchase preference, as indicated in the
Annexure
-
II to
BDS (Section-III).The bidders may apprise themselves of the relevant
provisions of bidding documents in this regard before submission of their
bids.
Bidders seeking benefits should necessarily upload relevant documents in
etender portal.
20
.
Employer’s Beneficiary
Bank Details for Tender
Fee & EMD (if applicable).
Bank Name
State Bank of India
IFSC Code
SBIN0020914
Branch
Deepanjali
N
agar (Branch Code 20914)
Bank Address
Deepanjali
N
agar
, NTPC Simhadri, Visakhapatnam
-
531 020
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.
Page
4
of
6
SECTION
-
I INVITATION FOR BIDS (IFB)
F. ADDRESS FOR COMMUNICATION
AGM (C&M-Contacts)/ Sr.Mgr (C&M-Contracts), NTPC LIMITED,
Shared Services Center - Southern Region,
Simhadri Super Thermal Power Station,
Post: NTPC Simhadri-531020, Distt. Visakhapatnam (A.P)
Contact Phone: 9440100468/9481903482
E-Mail: / bravindrababu@ntpc.co.in /santoshkumar50@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
Page
5
of
6
SECTION
-
I INVITATION FOR BIDS (IFB)
ANNEXURE-1
Qualifying Requirements
In addition to satisfactory fulfilment of the Qualifying requirements stipulated in Section ITB (Instructions
to Bidders) of Bid documents, the following shall also apply:
1.1 Technical Criteria
1.1(a) Bidder should have designed supplied erected/supervised erection and commissioned/supervised
commissioning 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 any industrial application. The above
system/plant should have been in successful operation for at least one (1) year reckoned as on the date of
Techno-Commercial Bid opening.
1.1(b) Bidder who do not fulfill the requirement in clause 1.1(a) above, can also participate provided the Bidder has
designed, supplied, erected/supervised erection and commissioned/supervised commissioning 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(a) 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 executant 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.
1.2 Financial Criteria:
1.2.1 The average annual turnover of the Bidder, in the preceding three (3) financial years reckoned as on the date
of Techno-Commercial Bid Opening shall not be less than 1347 Lakhs (One Thousand Three Hundred
Forty Seven Lakhs Only).
1.2.2 In case a Bidder does not satisfy the annual turnover criteria, stipulated above on its own, its Holding
Company would be required to meet the stipulated turnover requirements as 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 the Holding Company's 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.
1.2.3 Net Worth of the bidder should not be less than 100% of the bidder's paid up share capital as on the last day
of the preceding financial year on the date of Techno-commercial bid opening. In case the Bidder meets the
requirement of Net worth based on the strength of its Subsidiary(ies) and/or Holding Company and/or
Subsidiariy(ies) 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 total paid up share capital. However individually, their Net worth should
not be less than 75% of their respective paid up share capitals. For Consortium/Joint Ventures, wherever
applicable, the Net worth of all Consortium/ Joint Venture members 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.
1.2.4 Net worth in combined manner shall be calculated as follows:
Net worth (combined) = [ (X1 + X2 +X3) / (Y1 +Y2+Y3) ] X 100
Page
6
of
6
SECTION
-
I INVITATION FOR BIDS (IFB)
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.
1.2.5 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:
(i) Copies of the unaudited unconsolidated financial statements of the Bidder along with copies of the audited
conoslidated financial statements of its 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 Financial
Statements of the Holding Company.
1.2.6 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 a practising 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 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. 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.
iii. "Holding Company" and "Subsidiary" shall have the meaning ascribed to them as per Companies Act
of India.