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)
Tender Ref No: NTPC/SSC-ER-I(Barh)/9900182239 Date:20.07.2019
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 and
installation of Aviation Obstruction lights at NTPC Barh
, as per the scope of work briefly mentioned
hereinafter.
2.0 Brief Scope of Work & other Specific details:
Supply and installation of Aviation Obstruction lights at NTPC Barh
.
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:
NIT No.
NTPC
/SSC
-
ER
-
9900182239
dated 20.07.2019
Tender id No.
2019_NTPC_21692_1
Document down lo
ad Commencement
Date & Time
20.07.2019, 11
:00 Hrs.
Source
of
IFB/ NIT
SSC
-
C&M (
ER
-
1
)
, BARH STPP
Contract Classification
(
Supply
/
Contract
)
Supply
Last Date and Time for Bid Submission
06.08
.2019 till 16:00 Hrs.
Techno Commercial Opening Date &
Time
07.08
.2019 at 16:00 Hrs.
Price Bid Opening Date & Time
T
o
be intimated later
Cost of Bidding Document in INR
1125
.00
EMD
/ Bid Security
in INR
1
.00 LAKHS.
Pre
-
Bid Conference date & Time (if any)
Nil
Reverse Auction
Not Applicable.
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
acceptable Bid Security (EMD), Tender Fee shall be treated as non-responsive by the employer and shall
2
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(ER-1), BARH 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 BARH
shall be submitted in a sealed envelope separately offline by the stipulated bid submission closing
date and time at the address given below.
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:
1.1 The Bidder should have supplied, erected/supervised erection an commissioned/ supervised
commissioning of aviation obstruction Lights on a high rise Building /structure of height above 150
M. Further above Aviation obstruction Light should be in successful operations for at least six months
prior to the date of techno-commercial bid opening.
1.2 The bidder should have experience of having successfully executed order for
“supply/erection/commissioning of Aviation obstruction Lights/Industrial Lights” in any NTPC
Stations/SEBs /Govt./Semi Govt/PSU/”NSE or BSE enlisted Company” during preceding seven (07)
years prior to the date of Techno-commercial bid opening as per the following criteria:
3
Three executed orders costing not less than Rs. 24.42 lakh each
OR
Two executed orders costing not less than Rs. 30.53 lakh each
OR
One executed order costing not less than Rs. 48.84 lakh
2.0A Average annual financial turnover of the bidder during preceding three (03) financial years prior to
date of bid opening should not be less than Rs. 61.05 Lakhs.
2.0B i) 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.
ii) 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) In clause 1.2 above, the word “executed” means the bidder should have achieved the criteria
specified in the qualifying requirements, within the preceding seven (7) years period, even if the
contract has been started earlier and /or is not completed / closed. 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.
ii) Reference work executed by a bidder as a sub-contractor may also be considered provided the
certificate issued by main contractor is duly certified by Project Authority specifying the scope
of work executed by the subcontractor in support of qualifying requirements.
iii) In case of composite work/BOQ, the bidder shall have to furnish Certificate from owner
certifying the value of specific nature of work, as mentioned in clause 1.0.
b) Other incomes shall not be considered for arriving at the annual Turnover.
c) For order in foreign currency, the exchange rate as on the date of techno-commercial bid 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.
4
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
5
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 /
vppandey@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.