1
A Maharatna Company
NTPC Limited
(A Government of India Enterprise)
SSC, ER-1, Barh
PO-NTPC Barh S.O., Dist- Patna (Bihar)
NOTICE INVITING TENDER (NIT)
(Domestic Competitive Bidding through E-tendering)
NIT Ref No:NTPC/SSC-ER-I(Barh)/9900182220 Date:08.07.2019
1.0 NTPC Limited invites online bids on Single Stage Two Envelope
bidding basis (Envelope-1: Techno-Commercial Proposal & Envelope-2:
Price Proposal) from eligible bidders for Supply of Spare Generator
Transformer-200 MVA, Single Phase for Farakka STPS, as per the scope
of work briefly mentioned hereinafter.
2.0 Brief Scope of Work & other Specific details:
Supply of Spare Generator Transformer-200 MVA, Single Phase for
Farakka STPS.
3.0 Detailed specifications, scope of work and terms & conditions are
given in the bidding documents and can be viewed in our Online Tender
Portal
https://eprocurentpc.nic.in/nicgep/app
4.0 Brief Details:
Document down load
Commencement Date & Time
08.07.2019, 09:00 Hrs.
Source IFB/ NIT
SSC-C&M-ER-1, BARH STPP
Contract Classification
Supply/ Contract
Supply
Last Date and Time for Bid
Submission
24.07.2019 till 16:00 Hrs.
Techno Commercial Opening
Date &
Time
25.07.2019 at 16:00 Hrs.
Cost of Bidding Document in
INR
3375.00
EMD in INR
10.00 LAKHS (TEN LAKHS ONLY)
As per provisions of bidding documents, the bidders shall submit
“Techno-Commercial Proposal” and “Price Proposal” online
(https://eprocurentpc.nic.in/nicgep/app), within the bid submission
date and time as mentioned above. Only Techno-Commercial proposals
will be opened on the date and time mentioned in the NTPC-GePNIC
Website.
5.0 The date of opening of Price Proposal shall be intimated separately
by NTPC after completion of evaluation of Techno-Commercial Proposal.
6.0 Bid Security (EMD) and Tender Fee shall be submitted in a sealed
envelope separately offline by the stipulated bid submission closing
date and time at the address given below. Any bid without an
2
acceptable Bid Security (EMD), Tender Fee shall be treated as non-
responsive by the employer and shall not be opened. All credential
filled up formats & supporting documents as asked by NTPC are to be
given online as attachments with the bid.
7.0 Any document submitted by the agency in hard copy other than the
documents mentioned at Para 6.0 above, will not be considered. In
spite of this condition, if any document is submitted by the agency in
hard copy other than the documents mentioned at Para 6.0 above before
bid opening shall be ignored and the offer submitted through the e-
tendering shall be binding on the agency.
8.0 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(NSIC) 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.
The above benefits to MSEs are meant for procurement of only goods
produced and services rendered by MSEs. However, traders are excluded
from the purview of Public Procurement Policy and not eligible for
Benefits to MSEs. Also, benefits under Public Procurement Policy for
MSEs shall not be extended in Works Contract.
The bidders are requested to send Tender Fee/MSE/ NSIC/ Udyog Aadhar
certificate and EMD, Power of Attorney well in advance to NTPC Ltd.,
SSC-SR Simhadri office so as to reach before the scheduled bid
submission end date and MSE’s should upload MSE/ NSIC/ Udyog Aadhar
certificate in Fee cover in GePNIC, failing which the bid shall be
liable for rejection.
9.0 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.
10.0 A complete set of Bidding Documents may be downloaded by any
interested Bidder at our E-Tender Site
(https://eprocurentpc.nic.in/nicgep/app). For logging on to the E
Tender Site, the bidder would require to create user ID and Password
as per the Bidder’s Manual Kit provided in the aforementioned web
site. The 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 NTPC Ltd., Payable at Visakhapatnam shall be submitted
in a sealed envelope separately offline by the stipulated bid
submission closing date and time at the address given below.
3
11.0 Qualifying Requirements:
In addition to the requirements stipulated in Section ITB
(Instructions to Bidders), the Bidder shall also meet the Qualifying
Requirements stipulated hereunder as per route 1.1 or 1.2 and meet
the requirement stipulated under clause 2.0,3.0A,3.0B
1.1 The bidder should have designed, manufactured,
installed/supervised
installation and commissioned/ supervised
commissioning of at least two (2) nos. (one each at
two different
installations) of 400 kV or above class
Transformer of at
least 200 MVA capacity [either three phase transformer as a single
unit or single phase transformer) which should be in
successful operation for at least two (2) years prior to the date
of Techno- Commercial bid opening.
1.2 Bidder who have designed, manufactured, installed/supervised
installation and commissioned/ supervised Commissioning of at
least two (2) nos. (one each at two different installations) of
200 kV or above class Transformer which should be in successful
operation for at least two (2) years
prior to the date of
Techno-Commercial bid opening and have
established manufacturing
facilities for 400 KV class transformers based on
technological
support of its
Associate or Collaborator, can also be considered
qualified provided its Associate or Collaborator meets the
qualifying
requirement stipulated at
1.1 above and Bidder furnishes
an undertaking
jointly executed by it and its Associate or
Collaborator, as per the format, enclosed in the bidding document
for the successful performance of the equipment.
In case of award, the Associate or Collaborator will be required
to furnish an on demand Bank Guarantee for 2%(two percent) of the
contract price in addition to the Contract Performance Security to
be furnished by the Bidder.
2.0 The bidder should have successfully executed the job comprising
of design, manufacturing, installation/supervision of installation
and commissioning/supervision of commissioning of 200 kV or
above class within
the preceding seven (7)
years prior to the date
of techno-commercial bid
opening as per following criteria:
One order of value not less than Rs.500.00 Lakh (Indian Rupees
Five Hundred Lakh only).
Or
Two order of value not less than Rs.313.00 Lakh
(Indian Rupees
Three
Hundred Thirteen Lakh only) each.
Or
Three order of value not less than Rs.250.00Lakh
(Indian
Rupees Two
Hundred Fifty Lakh only)
each.
3.0A Average annual turnover of the bidder in the preceding three (03)
financial years as on date of techno- commercial bid opening
should not be less than Rs.417.00 Lakh (Indian Rupees Four
Hundred seventeen Lakh only).
3.0B In case the Bidder is not able to furnish its audited
financial statements on
stand-alone entity basis, the
4
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 consolidated financial
statements of its Holding Company.
ii) A Certificate from the CEO/CFO of the holding Company, as per
the format enclosed in the bidding documents, stating that the
unaudited unconsolidated financial statements form part of the
Consolidated Annual financial statements of the Holding company.
In cases where audited results for the last financial year as on the
date of the Techno-Commercial Bid opening are not available, the
financial results certified by a practicing Chartered Accountant
shall be considered acceptable.
iii) 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 proceeding
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
that financial parameters is not available.
NOTE:
(a) The word “executed”
mentioned in clause
2.0 means that the bidder
should have completed supply of Transformers as specified in
clause 2.0
with any of the
following conditions:
Case-1: The work/order is started earlier to the stipulated period,
but completed within the stipulated period. In such cases, entire
executed quantity/value of the relevant work vide that work order
shall be considered for evaluation.
Case-II: The work /order is started and completed within the
stipulated period. In such cases, entire executed quantity/value of
the relevant work vide that work order shall be considered for
evaluation.
Case-III: The work/order is started within the stipulated period but
not completed as on the last date of stipulated period. In such
cases “In progressexecuted quantity/value of the relevant work
vide that work order shall be
considered for evaluation.
b) The Bidder/Associate or Collaborator shall also be considered
qualified, in case the award for reference work has been
received by the bidder/Associate or Collaborator either directly
from the owner of plant or intermediary organization from which it
has received the order. However, certificate/documentary
evidence from such owner of plant or the intermediary
organization shall be required to be furnished by the
bidder/Associate or Collaborator along with its bid in support of
5
its claim of meeting the qualification requirement as per applicable
clause 1.1 or 1.2 and clause 2.0 with any of the conditions
mentioned
in Notes(a) above. Further,
certificate/documentary
evidence from owner of the plant shall also be furnished by the
Bidder/Associate or Collaborator for the successful operation
as specified at applicable Clause 1.1 or above.
c) Other incomes shall not be considered for arriving at
the annual
Turnover.
d) For amount in foreign currency, the exchange rate as on seven (7)
days prior to the date of Techno-Commercial B i d opening shall be
used..
12.0 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.
The above right to undertake the physical assessment shall be
applicable for the qualifying requirements stipulated above.
13.0 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.
14.0 Issuance of Bidding Documents to any bidder shall not construe that
bidder is considered qualified.
15.0 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.
16.0 Address for Communication:
AGM (C&M),
NTPC Limited, SSC(C&M), ER-I, Barh STPP
SSC Main Building, P.O.- NTPC Barh S.O.
Barh, Distt.- Patna (Bihar) – 803215
Email ID:
vppandey@ntpc.co.in/ krprajan@ntpc.co.in / hkhimanshu@ntpc.co.in
Websites:
https://eprocurentpc.nic.in
or
www.ntpctender.com
or
www.ntpc.co.in
6
E.F.T. Form ANNEXURE 1
To,
SR. MANAGER(PURCHASE)
NTPC LIMITED, Barh STPP
P.O. – Barh STPP, DISTT. – PATNA,BIHAR, PIN –803213
We, hereby authorise NTPC Ltd., Scope Complex, Lodi Road, New Delhi to make all our payments through Electronic
Fund Transfer System. The details for facilitating the payments are given below:
1. NAME OF THE BENEFICIARY
2. ADDRESS
PIN CODE
3. TELEPHONE NO. (WITH STD CODE)
4. BANK PARTICULARS: A. BANK NAME
B. BRANCH ADDRESS
PIN CODE
C. 9 DIGIT MICR CODE OF THE BANK BRANCH
D. 11 DIGIT IFSC CODE OF BENEFICIARY BRANCH
E. BANK ACCOUNT NUMBER ( MENTIONE TYPE OF ACCOUNT CA/SA/…. )
5. PERMANENT ACCOUNT NUMBER ( PAN )
6. E-MAIL Address for intimation regarding release of payments
I / We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit is
not effected at all for reasons of incomplete or incorrect information, I / We would not hold the Company responsible.
(SIGNATURE OF AUTHORISED SIGNATORY)
--------------------------------------------------------------------------------------------------------------------------------------------------------------
BANK CERTIFICATION:
It is certified that above mentioned beneficiary holds a bank account no. ……………………………………………….. with our
branch and the Bank particulars mentioned above are correct.
SIGNATURE
DATE
(AUTHORISED SIGNATORY)
Authorisation No.………….
OFFICIAL STAMP
Note:Pls Email the scan copy of Filled in form , PAN card and cancel cheque to krprajan@ntpc.co.in /
itiarchana@ntpc.co.in / for advance action AND FORWARD Filled EFT form verified by Banker and to be submitted
with hard copy of a Cancelled cheque, Photo copy of PAN card.