ENQUIRY TO VENDORS AS PER ATTACHED ANNEXURE
Telephone No. : 06132
NIT Number
NIT Date
EMD Amount in INR
EMD Amount in US$
Bid Opening Date
Bid Opening Time
Bid Submission Date
Bid Submission Time
Subject:
Supply, Installation, Commissioning and Comprehensive Annual Maintenance Contract of CONTINOUS
AMBIENT AIR QUALITY MONITORING STATION (CAAQMS) at Hazaribag, Jharkhand.
Dear Sir,
Your offer should reach this off
ice latest by 16:00:00 Hrs on BS
Thanking You,
For & behalf of NTPC Limited
ANKIT KUMAR
DEPUTY MANAGER
Registered Office: NTPC Bhawan, Core
Phone No. -
(011)24360100, Fax No.
NTPC Limit
ed
( A Government of India Enterprise )
ENQUIRY TO VENDORS AS PER ATTACHED ANNEXURE
SSC - ER-I(Barh) Project
P.O. BARH
BARH PATNA
Bihar- 803213, India
Telephone No. : 06132
-240011/12/13 Fax No. : 06132-
240014
LST No :
10020385084
CST No :
10020385181
TIN No :
10020385084
: 9900179781/024/1028
: 24.05.2019
: 200,000.00
: Not Applicable
: 30.07.2019
: 16:00:00 Hrs
: 29.07.2019
: 16:00:00 Hrs
Supply, Installation, Commissioning and Comprehensive Annual Maintenance Contract of CONTINOUS
AMBIENT AIR QUALITY MONITORING STATION (CAAQMS) at Hazaribag, Jharkhand.
ice latest by 16:00:00 Hrs on BS
D (
Bid Submission Date
Registered Office: NTPC Bhawan, Core
-
7, Scope Complex, Institutional Area, Lodhi Road, New Delhi
(011)24360100, Fax No.
-(011)24361018. Website:
www.ntpc.co.in
Page
1
of 7
240014
10020385084
10020385181
10020385084
Supply, Installation, Commissioning and Comprehensive Annual Maintenance Contract of CONTINOUS
AMBIENT AIR QUALITY MONITORING STATION (CAAQMS) at Hazaribag, Jharkhand.
Bid Submission Date
).
7, Scope Complex, Institutional Area, Lodhi Road, New Delhi
-110003
www.ntpc.co.in
Page
2
of 7
NTPC Limited
( A Government of India Enterprise )
NIT No.: 9900179781/024/1028
(Contracts Services)
(Bid Proposal Sheet)
Name of Work: Supply, Installation, Commissioning and Comprehensive Annual Maintenance Contract of CONTINOUS
AMBIENT AIR QUALITY MONITORING STATION (CAAQMS) at Hazaribag, Jharkhand.
Delivery Address:
North Karanpura Super ThermalPower Project
POST-TANDWA
DISTRICT-CHATRA
Jharkhand
825321
India
06132-240011/12/13
06132-240014
SI No. Code Description Unit Quantity
Rate Amount
Long
Text
10
Supply, Installation & Comm. of
CAAQMS
#######
#######
#########
10.10
Supply of CAAQMS AU 1
10.10
Rate In Words :
10.20
Installation and Commissioning of
CAAQMS
AU 1
10.20
Rate In Words :
UOM Legends:- AU - Activity unit AU - Activity unit
(Signature of Buyer's Representative) ( Signature of Supplier/Contractor)
Page
3
of 7
NTPC Limited
( A Government of India Enterprise )
NIT No.: 9900179781/024/1028
SI No. Code Description Unit Quantity
Rate Amount
Long
Text
20
Comprehensive Annual Maintenance
Contrac
#######
#######
#########
20.10
CAMC Charges for 1st year after
warranty
AU 1
20.10
Rate In Words :
20.20
CAMC Charges for 2nd year after
warranty
AU 1
20.20
Rate In Words :
20.30
CAMC Charges for 3rd year after
warranty
AU 1
20.30
Rate In Words :
UOM Legends:- AU - Activity unit AU - Activity unit
GRAND TOTAL in Figure:
GRAND TOTAL in Words:
(Signature of Buyer's Representative) ( Signature of Supplier/Contractor)
SPECIAL INSTRUCTIONS
---------------------------------------
As per tender/GCC
Page
4
of 7
NTPC Limited
( A Government of India Enterprise )
NIT No.: 9900179781/024/1028
SCOPE OF WORK
00010:Supply, Installation & Comm. of CAAQMS
please check attachment
"CAAQMS technical spec, scope of work, term & condition.pdf" AND
“CAAQMS SPECIFICATION BY CPCB” in tech doc
Page
5
of 7
NTPC Limited
( A Government of India Enterprise )
NIT No.: 9900179781/024/1028
SERVICE SPECIFICATION
--------------------------------------------
S.No. Service Code Service Text
Service Long Text
10.10
Supply of CAAQMS
10.20
Installation and Commissioning of CAAQMS
Page
6
of 7
NTPC Limited
( A Government of India Enterprise )
NIT No.: 9900179781/024/1028
SERVICE SPECIFICATION
--------------------------------------------
S.No. Service Code Service Text
Service Long Text
20.10
CAMC Charges for 1st year after warranty
20.20
CAMC Charges for 2nd year after warranty
20.30
CAMC Charges for 3rd year after warranty
Page
7
of 7
NTPC Limited
( A Government of India Enterprise )
NIT No.: 9900179781/024/1028
ANNEXURE
VENDORS LIST
S.No.
Collective No. /
RFQ No.
Vendor Details
NTPC Limited
(A Govt. of India Enterprise)
SSC-ER-1, Barh, Patna
NOTICE INVITING TENDER (NIT)/INVITATION FOR BIDS (IFB)
FOR
Supply, Installation, Commissioning and Comprehensive Annual Maintenance Contract of
CONTINOUS AMBIENT AIR QUALITY MONITORING STATION (CAAQMS) at
Hazaribag, Jharkhand.
(Domestic Competitive Bidding)
NIT No.:
9900179781
Date: 24.05.2019
1.0 NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the
scope of work briefly mentioned hereinafter:
2.0 BRIEF DETAILS
NIT No
9900179781
Source of IFB/NIT
SSC
-
ER
-
1, Barh, Patna
Contract Classification
Supply, Installation, Commissioning
and
Comprehensive Annual Maintenance
Contract
Last Date and Time for Bid Submission
29
.07
.2019 up to 16
:00:00 Hrs
Technical Opening Date & Time
30
.07
.2019 at 16:00:00 Hrs
Price Bid Opening Date and Time
Shall be intimated separately by NTPC
Tender Fee
in INR (incl. GST)
2,250/
-
EMD in INR
2
,00,000
/
-
Pre
-
Bid Conference Date & Time
Not Applicable
Venue for Pre-Bid Conference
Not Applicable
Last Query Date
20
.07
.2019
3.0 Tender Fee’ (non-refundable), ‘EMD/Bid Security’, ‘Integrity Pact’ & No Deviation
Certificate’ shall be submitted in sealed envelopes separately before the stipulated
bid submission closing date and time at the address given at para 10.0 below. Any
bid without an acceptable ‘Tender Fee’, ‘EMD/Bid Security’, ‘Integrity Pact’ and ‘No
Deviation Certificate’ shall be treated as non-responsive by NTPC and shall not be
opened.
4.0 A complete set of Bidding Documents may be downloaded by any interested
Bidder. Tender fee (non-refundable) of requisite value is to be paid in a separate
envelope up to last Date for Bid Submission in the form of a crossed account
Payee demand draft in favour of NTPC Ltd., Payable at SBI, NTPC Barh Campus,
Barh STPP, Patna of the cost of the Bid documents.
For logging on to the GePNIC Site, the bidder would require user id and password
which can be obtained by enrolling at GePNIC site. First time users not allotted
any vendor code are required to approach NTPC at least Seven working days prior
to last Date for Bid Submission .
5.0 Brief Scope of Work :
Supply, Installation, Commissioning and Comprehensive Annual Maintenance Contract of
CONTINOUS AMBIENT AIR QUALITY MONITORING STATION (CAAQMS) at
Hazaribag, Jharkhand.
6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at
the time of purchase of Bid Documents.
7.0 Qualification Requirements for Bidders
In addition to the requirements stipulated in Section ITB (Instructions to Bidders),
the Bidder shall also meet the Qualifying Requirements stipulated hereunder
7.1
7.1.1
Bidder should have supplied, installed and commissioned at least two nos. of Ambient Air Quality
Monitoring System (AAQMS) stations in the last seven (07) years reckoned from the date of bid opening
date, which must be in successful operation for a period of not less than one (1) year as on date of bid
opening. These AAQMS station shall consist of at least any of the two types of analysers, manufactured by
him or he shall be authorized representative of manufacturer, with specific requirements indicated below:-
7.1.2
The Bidder who does not meet the criteria as mentioned in 7.1.1 , can also participate provided he meet the
following conditions:-
i. Bidder should have executed contract of supplying, installing and commissioning at least
one no. AAQMS station consisting of at least any of the two types of analysers with specific
requirements indicated in table in Para 7.1.1 above and which must be in successful
operation for a period of not less than one year (1) as on the date of bid opening.
AND
ii. Bidder shall associate with the AAQMS system supplier who will meet all criteria
mentioned at 7.1.1 above for executing this contract. In such a case, the Bidder shall furnish
an undertaking, jointly executed by him and Associate for satisfactory performance of the
AAQMS as per NTPC format enclosed in bid documents. This joint deed of undertaking
shall be submitted along with the bid, failing which the bidder shall be disqualified and his
bid shall be rejected. In case of award, the associate will be required to furnish an on–
demand bank guarantee as per format enclosed with the bid documents for a value equal to
3.5% of the total contract price in addition to the Performance Security to be furnished by
the Bidder.
7.2
The bidder should have executed any one of the following similar work during the preceding seven years from
date of techno commercial bid opening:
One similar order valuing not be less than Rs. 200.00 Lakh
OR
Two similar orders each valuing not less than Rs. 125.00 Lakh.
OR
Three similar orders each valuing not less than Rs. 100.00 Lakh.
“Similar works” means work which includes – Supply, Installation and commissioning of AAQMS.
7.3.0. A
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. 250.00 Lakh
7.3.0. B
In cases where audited results for the last financial year as on the date of the TechnoCommercial 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 that financial parameters is not available.
Note
(a) The word “executed” mentioned in QR means that the bidder should have achieved the criteria specified
in clause QR with ANY of the following conditions:
Case-1: The work/order is started earlier (prior to the period stipulated in QR) but completed within
the stipulated period as mentioned in QR. In such cases, entire executed 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 as mentioned in QR In
such cases, entire executed 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 as mentioned in QR but not
completed as on the last date of stipulated period. In such cases “In progress” executed value of
the relevant work vide that work order as on the last date of stipulated period, shall be considered
for evaluation.
Remarks: (i) Bidder must submit requisite credentials in support of having met the qualifying
requirement. A summary sheet of all documents need to be submitted along with the technical
offer. Summary Sheet should clearly describe the eligibility credentials. Credentials may include:
1. Purchase order/ work order copies.
2. Work Completion Certificate against purchase order/ Work Order Copies
b) Other incomes shall not be considered for arriving at the annual Turnover.
c) Bid opening date refers to the first scheduled Techno commercial bid opening date.
d) For amount in foreign currency, the exchange rate as on seven(7) days prior to the date of Techno-
Commercial bid opening shall be used.
8.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is
considered qualified.
9.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT/IFB for the
subject package without assigning any reason whatsoever and in such case no
PIN:
803215
bidder/intending bidder shall have any claim arising out of such action.
10.0 Address for Communication
Additional General Manager/Sr. Manager, Contract & Materials Department
NTPC Limited,
SSC-ER-1, Barh STPP, PO-NTPC Barh Campus
Dist– Patna, Bihar
Barh STPP, PO:Barh, Dist:Patna,
Websites: https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com or
www.ntpc.co.in
11.0 Access To Tender Document:
This is an e-tender case without Reverse Auction. Tender documents can be accessed /
downloaded from NTPC website: https://eprocurentpc.nic.in/nicgep/app or
www.ntpctender.com.
In case of any difficulty, please contact help desk no-0120-4947444, 0120-4200462, 0120-
4001002, 0120-4001005, 0120-6277787
E-Mail : support-eproc@nic.in
12.0 Tender Fee Payment:
The bidder has to submit the Tender fee through DEMAND DRAFT (Non-refundable) in
favor of NTPC Ltd., Payable at SBI, NTPC Barh Campus, Barh STPP, Patna within the
scheduled date and time and as mentioned at para 2.0, 3.0 and 4.0 above.
13.0 Bidder can view/download the complete set of Bid Documents as per the following
procedure.
Type of Vendor Required Document for viewing/downloading our tender
document
1. Vendors already
having GePNIC
user id and
Password
Vendors can view/download the tender document after logging in our
GePNIC tender site
2. Vendors already
having SAP vendor
code, but does not
have GePNIC user
id and Password
Step-1: For logging on to the GePNIC Site, the bidder would
require user id and password which can be obtained by enrolling at
GePNIC site & with Class-3 Digital Signature Certificate (DSC).
Step-2 User id is to be forwarded along with user creation sheet
to package dealing executive.
3. New Vendor neither
having any vendor
code in SAP nor
GePNIC user id and
Password
Step-1
The agency has to furnish the followings:
A.
PAN card scanned/photo copy (self-Attested)
B.
EFT form,duly filled and endorsed by their banker
C.
Copy of PF Documents
D.
GST Registration
E.
ESI Code / Undertaking for ESI
All these should reach us at least Seven working days prior to Last
Date of bid submisssion
Step-2 After compliance of step-1, follow steps as mentioned
above at Sl.No. 2.
Bid Security (EMD):
Bidder has to submit Earnest Money Deposit (EMD) in hard copy (offline) of requisite
value in a separate envelope super scribing “EMD Envelope”, which must reach the office
at the address mentioned at Sl. No. 10.0 before the bid submission deadline as mentioned
in the e-tender of our GePNIC system.
i.
EMD Envelope” should contain the EMD of requisite value, strictly in valid form as
mentioned below at sl. no. iii. a) / b) as per applicability or valid supporting document in
support of seeking exemption of EMD as iii. c).
ii.
If Bid Security (EMD) in Original of any agency is not received in a sealed
envelope, their bid shall not be opened. If the EMD amount submitted by any agency
is less than the stipulated EMD, their offer shall be rejected.
iii.
EMD may be furnished in any of the following forms:
a.
For EMD amount of any value:
Pay Order / Cross Demand Draft / Banker’s Cheque in favor of NTPC Limited,
payable at Patna.
b.
In case EMD amount is >Rs 50,000.00 then, besides above:
Bank Guarantee (BG) from a Nationalized Bank / other banks (as per NTPC approved
list) also will be acceptable. Format of BG against Bid Security and List of Banks for
Bid Security are attached. BG should be unconditional and irrevocable and should be
valid for a period of 45 days beyond the bid validity period. The Bank Guarantee
Verification Check List duly filled in as per format attached has to be submitted in this
regard. Bidder shall ensure that all the points of check list are replied in “Yes”.
c.
SSI units of Bihar / SSI units (of other states) registered with the National Small Scale
Industries Corporation shall be exempted from the payment of Earnest Money
Deposit. Bidders seeking exemption should submit a Photocopy of valid registration
certificate preferably attested by Notary / Gazetted Officer/ Magistrate 1st class,
giving details such as validity.
d.
Submission of EMD is exempted from IIMs/IITs/ NITs/IISc./ CBRI/CPRI/
GSI/CWPRS/ CWC and other Govt. Institutes/agencies (excluding PSUs).
e.
In case of any doubt on eligibility of such exemption/concession, bidder may get
clarification from NTPC official before submission of his bid.
f.
The Bid Security of all the unsuccessful Bidders will be returned after award of the
Job.
g.
The Bid Security shall be forfeited in any of the following circumstances by NTPC
without any notice or proof of damage to the Owner:
1.
If the Bidder withdraws or varies its Bid during the period of Bid validity specified
by the Bidder in the Bid Proposal.
2.
In case the Bidder does not accept the corrections towards the discrepancies in their
bid, where ever the breakup of prices have been asked separately.
3.
If any deviation, variation or additional condition etc. found anywhere in our
technical and / or / Price Bid implicit or explicit, shall stand unconditionally
withdrawn, without any cost implication whatsoever to employer, failing which the
bid security shall be forfeited.
4.
In the case of a successful bidder, if the bidder fails within the specified time limit
to furnish the acceptance of Letter of Award / Purchase Order.
5.
In the case of successful Bidder, if the Bidder fails, within the time limit, to furnish
the required Contract Performance Guarantee in case the same is required as per
conditions of the P.O / LOA.
6.
If the bidder / their representative commit any fraud while competing for this
contract pursuant to Fraud prevention policy of NTPC.
h.
No interest shall be payable by NTPC on the Bid Security.
i.
ANY BID NOT ACCOMPANIED BY A BID SECURITY IN A SEPARATE
SEALED ENVELOPE, SHALL BE REJECTED BY NTPC AS BEING NON
RESPONSIVE AND RETURNED TO THE BIDDER WITHOUT BEING
OPENED.
16.0 No Deviation Certificate:
No deviation, whatsoever, is permitted by NTPC to any provisions of bidding Documents.
The Bidders are required to confirm acceptance of compliance to all Provisions of Bidding
Documents (NIL Deviation Certificate) on line as per format enclosed in Schedules and
formats section and submit along with Tender fee, EMD & Integrity Pact in separate
envelopes. Only after receipt of the above documents, the bidder’s bid shall be opened.
17.0 Clarification on Bidding Documents:
Bidder can seek clarifications through e-mail or in hard copy up to the time specified as in
the Bid documents.
The queries will be replied by NTPC and posted in the GePNIC Portal. The bidders can
view all queries and all answers once the same are posted in the GePNIC Portal.
Following documents must be uploaded in the GePNIC Portal, failing which the offer
shall be liable for rejection:
i.
Qualifying Requirement (If, required): Total credential to fulfill all the criteria as
mentioned in qualifying requirement of the NIT/IFB.
ii.
Technical Bid:
All TECHNICAL DATA SHEETS as per the format provided in the Tender
Documents duly filled.
Any other data/information as sought in our Tender Documents.
iii.
Company/Firm Details:
Document related to legal status of the Bidder (i.e., Sole Proprietorship
Concern/Partnership Firm/ Private Limited Companies/ Public Limited
Companies and Statutory Corporation/ Consortium/ Joint Venture), Name and
address (es) of the sole proprietor / partners / Board of directors.
Memorandum and Articles of Association/photocopy of Partnership
Deed/affidavit of Proprietorship.
iv.
Copy of GST Registration Certificate.
v.
Copy of valid independent PF code no. issued by concerned RPFC.
vi.
Copy of PAN card.
vii.
Copy of ESI Certificate/Undertaking for submission of ESI.
19.0 Participation in the tender does not automatically mean that the bidders are considered
qualified. NTPC shall evaluate the Qualifying Requirement of each bidder as per NIT after
opening of Technical Bids and the bid of the bidder who is not meeting the Qualifying
Requirement shall not be considered.
20.0 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 claim arising out of such action.
21.0 If the last date for receiving applications/ selling of bids/ date of bid opening coincides
with holiday, the date will be shifted to the next working day.
22.0 Tender Documents are not transferable.
23.0 Package Co-coordinator:
Name: ANKIT KUMAR , Designation: Dep. Manager(SSC-C&M) SSC-ER-1, Barh STPP, NTPC Barh
Campus Patna, Mob: 9473196697 / E-mail - ankitkumar@ntpc.co.in
NAME- Rakesh Kumar ,Designation:AGM (SSC-C&M),Contracts Contact No.:9471701256 E-
mail: rakeshkumar16@ntpc.co.in
Important Notes:-
1.
The ‘Integrity Pact” as per ATTACHMENT-18 (If Applicable) duly signed by the
signatory authorized to sign the bid, shall be sealed in a separate envelope entitled
“ATTACHMENT-18: INTEGRITY PACT failing which their Bid is liable to be
rejected.
2.
‘No Deviation Certificate’ duly signed by the signatory authorized to sign the bid
shall be sealed in separate envelop superscribed “NO DEVIATION CERTIFICATE”,
failing which the bid is liable to be rejected.
3.
‘Power of Attorney of the signatory authorized to sign the bid shall be sealed in
separate envelop superscribed Power of Attorney”, failing which the bid is liable to
be rejected.