Page 1 of 4
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
SHARED SERVICE CENTRE WR1, KAWAS
INVITATION FOR BIDS (IFB)
(DOMESTIC COMPETITIVE BIDDING)
FOR
EPC CONTRACT FOR ZERO LIQUID DISCHARGE(ZLD) SCHEME
IMPLEMENTATION AT JHANOR GANDHAR GAS POWER PROJECT
JHANOR, BHARUCH-GUJARAT-392215
(DOMESTIC COMPETITIVE BIDDING)
Tender Ref: NTPC/SSC - WR-I(Kawas)/ 9900177325 Date : 21.06.2019
Bidding Document NO: C00289
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
The scope of includes Design, Engineering, Supply, Construction, Erection,
Testing & Commissioning works of Pipeline & Sprinkler, Rain Guns system in
plant, administrative building, TTS & CISF township areas for Jhanor Gandhar
Gas Power Project completely covering all the activities and services in respect
of all the equipment & works specified and covered under detailed bidding
documents. Detailed scope of work has been specified in the bidding documents.
3.0 NTPC intends to finance subject Package through Domestic Commercial
Borrowings/Own sources.
4.0 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
21.06.2019
Document sale Commencement Date
21.06.2019
Last date for receipt of queries from
bidders (if any)
05.07.2019
Last Date & time for Bid submission
12.07.2019 at 1100 Hrs (IST)
Technical Bid Opening Date & Time
13.07.2019 at 15:30 Hrs (IST)
Price bid Opening Date & time
Shall be intimated separately.
Tender Fee
INR 2655/- (Rupees Two
Thousand Six Hundred Fifty
Five only)
Corrigendum, if any, shall be done at our eProcurement Portal
(https://eprocurentpc.nic.in/nicgep/app) only.
Page 2 of 4
No Queries from Bidders, whatsoever, shall be entertained by the Employer
beyond the last date of receipt of Queries as specified above.
5.0 All bids must be accompanied by Bid Security for an amount of INR 200,000/-
(Indian Rupees Two Lac only) in the form as stipulated in the Bidding
documents. Bid Security shall be submitted in a sealed envelope separately in
physical form by the stipulated bid submission closing date and time at the
address given below.
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.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
The bidder who wishes to participate in the bidding shall meet the Qualifying
Requirements stipulated hereunder:
6.1 Technical Criteria:
The Bidder should have executed laying of over ground/underground pipe line
work including supply of piping, fittings and execution of associated civil works
within preceding 07 (seven) years as on first scheduled date of Techno-
commercial bid submission in any of the following manner: -
a. One (1) order having contract value not less than INR 95.74 Lacs.
OR
b. Two (2) orders having contract value not less than INR 59.84 Lacs
each
OR
c. Three (3) orders having contract value not less than INR 47.87 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
scheduled date of Techno-commercial bid submission by the client shall
be considered acceptable.
6.2 Financial criteria:
6.2.1 The average annual turnover of the Bidder, should not be less than Rs. 119.68
Lac (Rupees One Hundred Nineteen Lacs & Sixty Eight Thousand only)
during the preceding three (3) completed financial years as on first scheduled date
of Techno-commercial bid submission.
6.2.2 In case the bidder does not satisfy the financial criteria, stipulated at Cl. 6.2.1
above on its own, its holding company would be required to meet the stipulated
turnover requirements at Cl. 6.2.1 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
Page 3 of 4
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.
6.2.3 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.
6.2.4 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 them as per Companies Act of India.
7.0 NTPC shall allow purchase preference, as indicated in the bidding documents, to
bids from local suppliers 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.
8.0 NTPC reserves the right to reject any or all bids or cancel / withdraw the
Invitation for Bids without assigning any reason whatsoever and in such case no
bidder / intending bidder shall have any claim arising out of such action.
9.0 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.
Page 4 of 4
Prospective bidders are compulsorily required to provide GSTIN number
with Tender Fee.
10.0 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.
11.0 Transfer of Bidding Documents purchased by one intending Bidder to another is
not permissible.
12.0 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.
13.0 Address for communication:
Sr Manager/AGM (Contracts & Materials)
NTPC Limited, Western Region -I Shared Service Centre-Kawas,
Simulator Building, Kawas Gas Power Project,
PO: Adityanagar
Surat- 394516 (India)
Tel. No. : 0091-0261-2877991/2877987/ 02612860165
Email: subhashpaliwal@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
14.0 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