Section- I IFB
Nabinagar Power Generating Company Limited
(A wholly owned subsidiary of NTPC Ltd.)
INVITATION FOR BIDS / NOTICE INVITING TENDER (NIT)
FOR
“Loading at mine end, Road transportation and loading in Railway rack of 2.7 Lakh MT coal in RCR (Rail
cum Road) mode for NPGC.”
(Domestic Competitive Bidding)
IFB/NIT No: 0370-1920-CO-FMD-01042 Date: 24.07.2019
1. NPGC invites off-line single stage two part bids from eligible Bidders for aforesaid package, as per
the scope of work briefly mentioned hereinafter.
2. Brief Scope of Work & other Specific details:
It includes liaisioning, supervising, safety, security and co-ordination required for loading,
unloading and transportation of coal starting from mines end to the final point of unloading
within NPGC premises.
3. BENEFITS/EXEMPTION TO SUPPLIES: NIL
4. Detailed specification, scope of work and terms & conditions are given in the bidding documents,
which are available for examination and sale at the address given below and as per the following
schedule:
Bid Invitation No./NIT No. 0370-1920-CO-FMD-01042
NIT Date 24.07.2019
Document Sale Commencement Date & Time 24.07.2019, 17:00:00 hrs
Document Sale Closing Date & Time 03.08.2019, 17:30:00 hrs
Source IFB/ NIT Nabinagar Power Generating Co. Ltd.
Source of Funding Own resources
Contract Classification Service Contract
Last Date and Time for Bid Submission 09.08.2019, 15:00:00
Technical Opening Date & Time 09.08.2019, 15:30:00
Cost of Bidding Documents in INR Rs. 4,725/- (inclusive of GST @ 5%)
Bid Security / EMD in INR Rs. 20,00,000/-
Pre-bid Conference Not applicable
Last date for Queries 07 days prior Technical Bid Opening
5. Bid Security / EMD is to be paid in the form of Bankers Cheque / Demand Draft drawn in favour
of “Nabinagar Power Generating Co. Ltd.” Payable at Majhiawan/Barun/Aurangabad, DISTRICT:
Aurangabad, Bihar”.
OR
An irrevocable Bank Guarantee of any Nationalized or Scheduled Bank* in favour of Nabinagar
Power Generating Co. Ltd., as per NPGC pro-forma shall also be accepted as Bid Security/
EMD. Pro-forma of the Bank Guarantee given in bid documents section VIII.
EMD/ Bid Security of inadequate-value/unacceptable format shall not be entertained and such
bids shall not be opened.
(* List of banks is given in tender documents)
Bid Security” and No Deviation Certificate” shall be submitted in sealed envelopes separately
offline by the stipulated bid submission closing date and time at the address given below. Any bid
without an acceptable Bid Security shall be treated as non-responsive by the employer and shall
not be opened. All credentials/ filled up formats & supporting documents as asked by NPGC are
to be submitted as attachments with the bid.
Section- I IFB
6. A complete set of Bidding Documents may be purchased by any interested Bidder on 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 Nabinagar Power Generating Co. Pvt. Ltd.” Payable at
Majhiawan/Barun/Aurangabad, DISTRICT: Aurangabad, Bihar” or directly downloaded from
NTPC tender website through the payment gateway at NTPC Website www.ntpctender.com. For
logging on to the website, the bidder would require User ID and Password which can be
generated by him at the site (www.ntpctender.com) by registering.
7. 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 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.
Further, in case of tenders where splitting of quantity is possible, participating MSEs quoting price
within price band of L1 + 15 percent shall also be allowed to supply a portion of requirement by
bringing down their price to L1 price in a situation where L1 price is from someone other than a
Micro and Small Enterprise and such Micro and Small Enterprise shall be allowed to supply up to
20 percent of total tendered value. In case of more than one such MSE, the supply will be shared
proportionately.
However, in case of tenders where splitting of quantity is not possible, participating MSEs quoting
price within price band of L1 + 15 percent shall be allowed to execute the package by bringing
down their price to L1 price in a situation where L1 price is from someone other than a Micro and
Small Enterprise. The award shall be made as follows:
Award shall be given to L1 bidder if L1 bidder is a MSE. In case L1 bidder is not a MSE, then all the
MSE vendor(s) who have quoted within the range of L1 + 15%, shall be given the opportunity in
order of their ranking (starting with the lowest quoted MSE bidder and so on) to bring down its
price to match with L1 bidder. Award shall be placed on the MSE vendor who matches the price
quoted by L1 bidder.
If no MSE vendor who has quoted within range of L1 + 15% accept the price of L1 bidder then the
award shall be made to the L1 bidder. The benefit as above to MSEs shall be available only for
goods/services produced & provided by MSEs for which they are registered.
MSEs seeking exemption and benefits should enclose a attested/self certified copy of registration
certificate, giving details such as stores/services, validity (if applicable) etc. failing which they run
the risk of their bid being passed over as ineligible for the benefits applicable to MSEs.
8. Qualifying Requirements:
In addition to satisfactory fulfillment of the Qualifying requirements stipulated in Section: ITB
(instruction to Bidders) of bid documents, the following shall also apply:
1. Technical Criteria :-
a) The Bidder must have Successfully executed the work of Tipper Loading, Transportation by
road and loading of Railway Rakes in coordination with CIL (any subsidiary) and Indian
Railways in RCR mode for a quantity of at least 0.90 Lakh MT of coal or any other mineral in
any one month and 16 Lakh MT of coal or any other mineral in last 36 months prior to the
date of bid opening against single or multiple orders.
b) The bidder should not have been blacklisted/banned from participation in any of the Power
Utilities/Govt./Semi Govt. /PSU Companies in India. The bidder shall submit latest affidavit
(after the date of publication of tender) duly notarized to this effect.
Notes:
i. The word “executed mentioned in clause 1(a) above means that the bidder should have
achieved the criterion specified under clause 1(a) with any of the following conditions:
Case-I: The work is started earlier (prior to the period stipulated in clause 1(a) but completed
within the stipulated period as mentioned in Clause 1(a). In such cases, entire executed
quantity of the relevant work vide the work order shall be considered for evaluation.
Section- I IFB
Case-II: The work is started and completed within the stipulated period as mentioned in clause
1(a). In such cases, entire executed value of the relevant work vide that work order shall
be considered for evaluation.
Case-III: The work is started within the stipulated period as mentioned in clause 1(a) but not
completed as on the last date of stipulated period. In such cases, executed quantity of
the relevant work vide that work order as on the last date of stipulated period, shall be
considered for evaluation.
ii. The bidder must submit requisite credentials in support of having met the qualifying
requirement. A summery sheet of all documents need to be submitted along with the technical
offer, Summery sheet should clearly describe the eligibility credentials. Credentials shall
include:
1. Purchase order/work order copies.
2. Work completion certificate against purchase order/work order copies.
iii. Reference works executed by the bidder as a member of joint venture consortium /Associate
can also be considered provided:
The allocation of scope of work between the partners of the joint
venture/Consortium/Associate is clearly defined in the executed joint venture
Agreement/consortium agreement/deed of joint undertaking and bidder’s scope of work and
break up of quantities executed by them as individual contribution in the joint venture
/consortium/associate, duly authenticated by the project authority, meet the relevant
provisions of Qualifying Requirement. In case the reference work has been executed by the
Bidder in an integrated joint venture where in allocation of scope of work and break up of
quantities between the partners is not clearly specified in the integrated joint venture
agreement, then for clause 1(a) above, the credit of executed quantities can be claimed by the
bidder in the ratio of bidder’s share in the integrated joint venture Agreement, provided the
bidder establishes that it regularly undertakes works as at clause 1(a) above. The executed
works/quantities by integrated joint venture shall be duly authenticated by the project
authority.
iv. Reference work executed by a bidder as a subcontractor 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 sub-contractor in support of qualifying requirements.
v. 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(a).
2. Financial Criteria:-
a) The average annual turnover of the bidder in the preceding 3 (three) financial years as on
the date of Techno-commercial bid opening shall not be less than Rs.2404.66 Lakhs.
In case a Bidder does not satisfy the average annual turnover criteria, stipulated above on
its own, its Holding Company would be required to meet the stipulated turnover
requirements as 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
Techno Commercial bid documents, pledging unconditional and irrevocable financial
support for the execution of the Contract by the Bidder in case of award.
b) Net worth of the bidder shall not be less than 100% of the bidder’s paid up share capital as
on the last day of the preceding financial year on the date of Techno-commercial bid
opening. 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
Section- I IFB
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 individually, their Net worth
should not be less than 75% of their respective paid up share capitals. For
Consortiums/Joint Ventures, wherever applicable, the Net worth of all consortium/Joint
Venture members in combined manner should not be less than 100% of their paid up share
capital. However individually, their Net worth should not be less than 75% of their
respective paid up share capitals.
c) 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 than 75% of the
respective paid up share capitals and Y1, Y2, Y3 are individual paid up share capitals.
d) In case where audited results of the last financial year as on the date of Techno-commercial
bid opening are not available, the financial results duly certified by a practicing Chartered
Accountant shall be considered acceptable. In case the bidder is not able to submit the
certificate from a 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 that the Financial Results of the Company are under audit as on the date
of Techno-commercial bid opening and that the Certificate from the practising Chartered
Accountant certifying the Financial parameters is not available.
e) In case the bidder is not able to furnish its audited Financial statements on stand- alone
entity basis, the un-audited un-consolidated 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 un-audited un-consolidated 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 bid documents, stating that the un-audited un-consolidated Financial Statements
form part of the consolidated Financial Statements of the Holding Company.
Note:
I. Other income shall not be considered for arriving at the annual turnover.
II. Net worth means the sum total of the paid up share capital and free reserves. Free reserve
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.
III. The bidder shall submit complete documentary evidence like the duly notarised
order/contract copies, experience and satisfactory performance certificate(s) in this regard.
The original experience, performance certificate(s) from user/client should be on the
letterhead of the Company issuing certificate and should reflect executed quantities as
stated above in the Technical Criteria.
IV. Original documents shall be produced for verification as and when called for.
9. General Requirements:
The following credentials are to be submitted by the bidders along with bid documents in support
of meeting the qualifying requirement as stipulated for the package.
a) Legible copies of documents (Award Letter/BOQ/Agreement) for ‘similar work(s)’ and
CompletionCertificate/Copy of Owner certified Measurement Book(s)/ Bills/Receipts
towards proof of work executed, clearly indicating Total value of work executed and
Period of execution in respect of the award.
b) Audited Balance sheet and Profit & Loss account for last three financial years.
c) Partnership deed/Affidavit for proprietorship/Certificate of incorporation.
d) Copy of PF code registration number.
Section- I IFB
e) Copy of PAN and GST Registration number.
10. Documents submitted by the Bidders should be clearly readable /comprehensible. NPGC reserves
the right to discard incomplete/insufficient/unreadable documents and evaluate tenders on the
basis of balance documents available with the bid which are comprehensible, relevant &
acceptable.
11. Notwithstanding 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.
12. Bidders are requested / advised to check the Qualifying Requirements (QR) of the subject tender
before downloading / buying the tender document online.
13. Participation in the tender does not automatically mean that the bidders are considered
qualified. NPGC shall evaluate the qualifying requirements of each bidder as per NIT after
opening of technical bids and the bids of the bidder who is not meeting the qualifying
requirement shall be treated as non-responsive. After evaluation of the technical bid, the Price
bid(s) of the bidder(s) who do not meet the Qualifying Requirements shall not be opened and the
same shall be returned to the bidder(s) without being opened.
14. NPGC 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. EMD only shall be returned without any additional
financial liability to NPGC.
15. Tender documents are not transferable.
16. If the date of bid opening coincides with a holiday, the date of bid opening shall be shifted to next
working day.
17. NPGC shall not be responsible for any postal delay / loss / damage or non delivery of EMD / Bid
Security, No Deviation Certificate or the bid.
18. Other terms and conditions of tender shall be as contained in Bid Documents.
19. Address for Communication:
AGM(C&M)/DGM(C&M-CS)
Nabinagar Power Generating Company Private Limited
Sivanpur, P.O - Ankorha RS, Dist.: Aurangabad, BIHAR. PIN – 824303
20. Contact Details:
Rajendra Singh, AGM (C&M-CS); M.C.Sharma (DGM-CS)
Mob: - 06332-231028
Emails: cnmnpgc@gmail.com,mcsharma01@NTPC.CO.IN , RAJENDRASINGH02@NTPC.CO.IN
Websites: - www.ntpctender.com