NTPC Limited eProcurement Portal
Tender Details
Date : 13-Jul-2019 12:37 PM
Print
Basic Details
Organisation Chain NTPC Limited||Northern Region Headquarter
Tender Reference
Number
NTPC/SSC - NR(Auraiya)/9900175498
Tender ID 2019_NTPC_21233_1
Tender Type Open Tender Form of contract Works
Tender Category Works 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
Scanned copy of Tender Fee and
EMD
.pdf
Scanned copy of No Deviation
Certificate
.pdf Scanned copy of Integrety Pact
2 PreQual/Technical .pdf Technical Details
.pdf
Work orders and Execution proffs
related to QR scanned and combined
in single PDF file
.pdf
Scanned copy of Document related
to Financial Qualifying requirements
in single PDF file
3 Finance .xls Price Bid
.pdf
Price break up filled in Part I BOQ of
SECTION_V_Technical_Specifications
Tender Fee Details, [Total Fee in * - 7,965]
Tender Fee in
7,965
Fee Payable To NTPC
Limited
Fee Payable At AURAIYA
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 AURAIYA
Work /Item(s)
Title Supply and Installation of Chlorine Dioxide Plant at NTPC Unchahar
Work Description Supply and Installation of Chlorine Dioxide Plant at NTPC Unchahar
Pre Qualification
Details
As per tender documents
NA
Page 1 of 3
NTPC Limited eProcurement Portal
13-07-2019
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishViewT...
Independent External
Monitor
Tender Value in
0.00 Product Category E and M
WORKS
Sub category NA
Contract Type Tender Bid Validity(Days) 180 Period Of Work(Days) 548
Location Auraiya Gas Power Project
POST. DIBIYAPUR
DIBIYAPU
Pincode 206244 Pre Bid Meeting Place NA
Pre Bid Meeting
Address
NA Pre Bid Meeting Date NA Bid Opening Place Auraiya Gas
Power
Project
Should Allow NDA
Tender
No Prequalification
Approval Date
NA Allow Preferential
Bidder
No
Critical Dates
Publish Date 13-Jul-2019 05:00 PM Bid Opening Date 05-Aug-2019 03:00 PM
Document Download / Sale Start
Date
13-Jul-2019 05:00 PM Document Download / Sale End
Date
02-Aug-2019 03:00 PM
Clarification Start Date 13-Jul-2019 05:00 PM Clarification End Date 20-Jul-2019 12:00 PM
Bid Submission Start Date 13-Jul-2019 05:00 PM Bid Submission End Date 02-Aug-2019 03:00 PM
Tender Documents
NIT
Document
S.No Document Name Description
Document
Size (in KB)
1 Tendernotice_1.pdf NIT along with format of No Deviation Certificate 551.49
Work Item
Documents
S.No Document Type Document Name Description
Document
Size (in KB)
1 Tender Documents
SECTION-II-INSTRUCTION-TO-
BIDDERS-ITB.pdf
SECTION-II-INSTRUCTION-
TO-BIDDERS-ITB
202.87
2 Tender Documents
SECTION-I-INVITATION-FOR-
BIDS-IFB.pdf
SECTION-I-INVITATION-
FOR-BIDS-IFB
539.96
3 Tender Documents
SECTION-III-BID-DATA-SHEET-
BDS.pdf
SECTION-III-BID-DATA-
SHEET-BDS
3049.63
4 Tender Documents
SECTION-IV-GENERAL-
CONDITIONS-OF-CONTRACT-
GCC.pdf
SECTION-IV-GENERAL-
CONDITIONS-OF-
CONTRACT-GCC
477.83
5 Tender Documents
SECTION-V-SPECIAL-
CONDITIONS-OF-CONTRACT-
SCC.pdf
SECTION-V-SPECIAL-
CONDITIONS-OF-
CONTRACT-SCC
304.63
6 Tender Documents
SECTION-VII-Forms-and-
procedures.pdf
SECTION-VII-Forms-and-
procedures
1192.68
7 Tender Documents
SECTION-VI-_Attachment-3A-QR-
Compliance-sheet.pdf
SECTION_VII_Attachment
3A_QR_Compliance_sheet
220.19
8 Tender Documents
SECTION-VI-Technical-
specifications.pdf
SECTION-VI-Technical
specifications
12102.79
9 BOQ BOQ_23973.xls BOQ 329.00
10 Additional Documents BOQ.rar
BOQs to be submitted with
price bid
641.74
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
Page 2 of 3
NTPC Limited eProcurement Portal
13-07-2019
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishViewT...
Bid Openers List
S.No Bid Opener Login Id Bid Opener Name Certificate Name
1. rohitprakash@ntpc.co.in ROHIT PRAKASH Rohit Prakash
2. pramodkumargupta@ntpc.co.in PRAMOD KUMAR GUPTA PRAMOD KUMAR GUPTA
3. maansari@ntpc.co.in MUNEER ANSARI MUNEER AHMAD ANSARI
4. anilgupta03@ntpc.co.in Anil Gupta ANIL GUPTA
Tender Inviting Authority
Name Pramod Kumar Gupta Sr Manager (CnM)
Address Auraiya Gas Power Project POST. DIBIYAPUR DIBIYAPUR 206244
Tender Creator Details
Created By PRAMOD KUMAR GUPTA
Designation MANAGER(CS)
Created Date 10-Jul-2019 09:32 AM
Page 3 of 3
NTPC Limited eProcurement Portal
13-07-2019
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishViewT...
INVITATION FOR BID (IFB)
SECTION I : INVITATION FOR BIDS (IFB)
Page 1 of 5
NTPC Limited
(A GOVT. OF INDIA ENTERPRISE)
(SSC-NR AURAIYA)
INVITATION FOR BIDS (IFB)
FOR
Supply,Erection/Installation and Commissioning of CLO2 System for stage -I,II,III & IV at NTPC Unchahar.”
(Domestic Competitive Bidding)
IFB No.: 9900175498
1. Employer invites online bids on Single Stage Two Envelope bidding basis (Envelope-I:
Techno-Commercial Bid & Envelope-II: Price Bid) from eligible bidders for
Supply,Erection/Installation and Commissioning of CLO2 System for stage -I,II,III & IV at NTPC Unchahar, as per
the Scope of Work mentioned hereinafter.
2. BRIEF SCOPE OF WORK:
The brief scope of work under this package shall include the following: Supply,Erection/Installation
and Commissioning of CLO2 System for stage -I,II,III & IV at NTPC Unchahar
3. Employer intends to finance the subject package through IR (Internal Resource)
4. Brief Description of NIT:
Tender Ref No /
Tender ID
iii.
NTPC/SSC-
NR(AURAIYA)/9900175498/
2019_NTPC_21233
Document Download / Sale Start Date
v.
13.07.2019
Document Download / Sale End Date
vii.
02.08.2019
Source of IFB/NIT SSC-NR AURAIYA
Form of Contract/Tender Category WORKS CONTRACTS*
Type Of Bidding SINGLE STAGE-TWO ENVELOPE
Clarification Start Date
xiv.
13.07.2019
Clarification End Date
xvi.
20.07.2019
Bid Submission Start Date
xviii.
13.07.2019
Bid Submission End Date
xx.
02.08.2019
Bid Opening Date
xxii.
05.08.2019
Estimated Cost
xxiii.
Rs 19,17,00,000.00
Cost of Bidding Documents in INR
xxiv.
Rs.
7,965.00
EMD in INR
xxvi.
Rs 20,00,000.00
Pre-Bid Conference Date & Time (if any)
Not Applicable
Note : “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
INVITATION FOR BID (IFB)
SECTION I : INVITATION FOR BIDS (IFB)
Page 2 of 5
5. A) Bidder has to ensure the following documents to be submitted offline and the same
should reach in sealed envelopes before the bid submission deadline prescribed by the Employer,
pursuant to ITB Clause 18, failing which bid is liable for rejection
a) Tender Fee
b) Earnest Money Deposit
c) Integrity Pact
Any bid not accompanied by an acceptable Earnest Money Deposit , Tender fees and Integrity
pact shall be rejected by the Employer as being non-responsive and shall be rejected without
being opened.
B) NO DEVIATION CERTIFICATE
I. Bidder may note that acceptance of Compliance to All Provisions of Bidding
Documents i.e. No Deviation Certificate) as per Annexure 01 is to be submitted on-
line / in physical form. Signed and stamped scanned copy of No Deviation Certificate
is to be attached in Cover-I of the bid on GEPNIC Portal.
II. No deviation Certificate received by any other means (Like through email ) shall not
be accepted.
III. No deviation Certificate should be strictly in the format (Annexure-1) without any
alteration in the text.
IV. Bidders are not allowed to deviate from any of the conditions specified in Bidding
Document.
V. In the absence of No Deviation Certificate, the bid shall be rejected.
6 Qualifying Requirements for Bidders:
The Bidder should meet the minimum Qualifying Requirements as stipulated here under:
1.0 Technical Criteria :
1.1 The Bidder should have designed, erected/supervised erection and
commissioned/supervised commissioning of at least one (1) number of chlorine di-oxide
(CLO2) system/plant having at least one (1) number 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 prior to the date of Techno Commercial bid
opening.
1.2 Bidder who do not fulfill the requirement in clause 1.1 above, can also participate
provided the Bidder has designed, supplied, erected/supervised erection and
commissioned/supervised commissioning of at least one (1) number Gas chlorination
plant 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 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
INVITATION FOR BID (IFB)
SECTION I : INVITATION FOR BIDS (IFB)
Page 3 of 5
executants of DJU shall be jointly and severally liable to the employer for successful
performance of chlorine di-oxide (CLO2) plant, as per the format enclosed with the
bidding documents. The Deed of joint Undertaking(s) (DJU) should be submitted along
with the techno-commercial 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.
2.0 Financial Criteria for Qualification:
2.1 The average annual turnover of the Bidder, in the preceding three (3) financial
years as on the date of Techno-Commercial bid opening, should not be less than Rs. 1278
Lakh (Rs. One Thousand Two Hundred and Seventy Eight Lakh only).
In case a bidder does not satisfy the financial criteria, stipulated above on its own , its
Holding Company would be required to meet the stipulated turnover requirements 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.
2.2 The Net Worth of the bidder as on the last day of the preceding financial year
(reckoned on the date of techno-commercial bid opening) should not be less than 100% of
the Bidder’s paid-up share capital. In case the Bidder meets the requirement of Net worth
based on the strength of its Subsidiary (ies) and / or Holding Company and/ or
Subsidiaries 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 individual, their Net worth should not be less than 75% of their
respective paid-up share capitals.
Net worth in combined manner shall be calculated as follows :
Net worth (combined) = (X1 + X2 + X3) / (Y1 + Y2 + Y3) X 100
Where X1, X2, X3 are individual Net worth which should not be less than75% of
the respective paid-up share capitals and Y1, Y2, Y3 are individual paid up share
capitals.
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 for
substantiation of its qualification:
INVITATION FOR BID (IFB)
SECTION I : INVITATION FOR BIDS (IFB)
Page 4 of 5
(a) Copies of the unaudited unconsolidated financial statements of the bidder
along with copies of the audited consolidated financial statements of its
Holding Company.
(b) 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 case 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 for the 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 practising
Chartered Accountant certifying the financial parameters is not available.
NOTES FOR CLAUSE 2.0:
(i) 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.
(ii) Other income shall not be considered for arriving at annual turnover.
(iii) “Holding Company” and “Subsidiary” shall have the meaning ascribed to them as per
Companies Act of India.
(iv) For Turnover indicated in foreign currency, the exchange rate as on seven (07) days
prior to the date of techno- commercial bid opening shall be used.
7. Note withstanding anything stated above, the Employer reserves the right to assess the
capabilities and capacity of the Bidder/ his collaborators / associates/ subsidiaries/ group companies
to perform the contract, should the circumstances warrant such assessment in the overall interest of
the Employer.
8. Employer 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. A complete set of Bidding Documents may be downloaded by any interested Bidder from
our NIC Portal (https://eprocurentpc.nic.in/nicgep/app).
10. Clarification on bidding documents:
INVITATION FOR BID (IFB)
SECTION I : INVITATION FOR BIDS (IFB)
Page 5 of 5
A prospective Bidder requiring any clarification of the Bidding Document shall put the
query under Clarification tab of the on-line bid at least three days prior to the clarification
end date. EMPLOYER will respond to any request for clarification or modification of the
bidding documents that it receives within the time line specified.
EMPLOYER will post the Clarifications under Clarification/Corrigendum tab at e-tender
website. Bidders can view these clarifications.
11. Issuance of Bidding Documents to any Bidder shall not construe that such Bidder is
considered qualified.
12. Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
13. Address for Communication:
Package Coordinators for this package is as below:-
In Charge:
Neeraj Kumar, AGM (Contracts) SSC NR Auraiya
Shared Service Centre, Auraiya Gas Power Station
P O Dibiyapur, DISTT: Auraiya (UP) – 206244
e-mail: neerajkumar02@ntpc.co.in
Package Coordinators:
P.K. Gupta, Sr Manager (Contracts) SSC NR Auraiya
Shared Service Centre, Auraiya Gas Power Station
P O Dibiyapur, DISTT: Auraiya (UP) – 206244
e-mail: pramodkumargupta@ntpc.co.in
Mob 9425823244
Address for communication:
Neeraj Kumar, AGM (Contracts) SSC NR Auraiya
Shared Service Centre, Auraiya Gas Power Station
P O Dibiyapur, DISTT: Auraiya (UP) – 206244
e-mail: neerajkumar02@ntpc.co.in
Mob : 9650996752