INVITATION FOR BID (IFB)
SECTION I : INVITATION FOR BIDS (IFB)
Page
1
of
5
NTPC Limited
(A GOVT. OF INDIA ENTERPRISE)
(SSC-NR VINDHYACHAL)
INVITATION FOR BIDS (IFB)
FOR
Job Contract for Installation of chlorine Di Oxide Plant in place of Conventional Chlorination Plant in
stage-I at NTPC Vindhyachal
.”
(Domestic Competitive Bidding)
IFB No.: 9900174060
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 Package of
supply and erection of CLO2 plants at NTPC Vindhyachal, 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: Job Contract for
Installation of Chlorine Di Oxide Plant in place of Conventional Chlorination Plant in
Stage-I at NTPC Vindhyachal.
3.Employer intends to finance the subject package throughIR (Internal Resource)
4. Brief Description of NIT:
Tender Ref No /
Tender ID
NTPC/SSC-VSR/9900174060/
2019_NTPC_XXXXX_1
Document Download / Sale Start Date AS PER GePNIC NIT
Document Download / Sale End Date AS PER GePNIC NIT
Source of IFB/NIT SSC-NR Vindhyachal
Form of Contract/Tender Category
WORKS CONTRACTS
Type Of Bidding SINGLE STAGE-TWO ENVELOPE
Clarification Start Date
AS PER GePNIC NIT
Clarification End Date
AS PER GePNIC NIT
Bid Submission Start Date
AS PER GePNIC NIT
Bid Submission End Date
AS PER GePNIC NIT
Bid Opening Date
AS PER GePNIC NIT
Cost of Bidding Documents in INR
Rs.
3990.00
EMD in INR
Rs 10,00,000.00
Pre-Bid Conference Date & Time (if any)
AS PER GePNIC NIT
INVITATION FOR BID (IFB)
SECTION I : INVITATION FOR BIDS (IFB)
Page
2
of
5
*The MSME Benefits as mentioned in Bid Data Sheet (BDS), shall be applicable for “Form of
Contract/Tender Category” type “categorized as "Services" and “Supply” and not for “Form of
Contract/Tender Category” categorized as “Works Contracts”.
Applicable relevant MSME Certificate should be submitted offline/online before schedule bid
submission end date & time.
5. 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
andIntegrity pact shall be rejected by the Employer as being non-responsive and shall be
rejected without being opened.
6 Qualifying Requirements for Bidders:
The Bidder should meet the minimum Qualifying Requirements as stipulated here under:
6.1.0 Technical Criteria for Qualification:
6.1.1 The bidder should have designed,supplied, erected/supervised erection and
commissioned/supervised commissioning of at least one (1) number of chlorine di-oxide
(CLO2) plant having at least one (1) number CLO2 generator of capacity not less than 40
kg/hr in the preceding seven (07) years as on the date of techno-commercial bid opening.
The above plant should have been in successful operation for at least one (1) year prior to
the date of Techno Commercial bid opening.
6.1.2 Bidder who do not fulfil the requirement in clause 6.1.1 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 and associates/collaborates with a party fully
meeting the requirement of clause 6.1.1 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)/associates and they 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
.
INVITATION FOR BID (IFB)
SECTION I : INVITATION FOR BIDS (IFB)
Page
3
of
5
Notes for Clause 6.1.0 above:
(i) The workexecuted” means the Bidder should have achieved the criteria specified in the
qualifying requirements even if the contract has been started earlier and / or is not
completed / closed.
(ii) Reference work executed by a bidder as it 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 sub-contractor in support of Qualifying
Requirements.
6.2.0 Financial Criteria for Qualification:
6.2.1 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. 386 Lakh
(Rupees Three Hundred and Eighty Six 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 f 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 should 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.
6.2.2 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 individually, 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.
6.2.3 In case the bidder is not able to furnish its audited financial statements on standaloneentity
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 6.2.0:
(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 “Subsidiaryshall 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:-
Package Coordinators:
Lal Ratnakar, DGM. (Contracts) SSC NR Vindhyachal
2nd Floor, ADMINISTRATIVE BUILDING,
P O Vindhyanagar, DISTT: Singrauli (MP) – 486885
e-mail: lalratnakar@ntpc.co.in
Neha Kansal, Dy. Mgr. (Contracts), SSC NR Vindhyachal
2nd Floor, ADMINISTRATIVE BUILDING,
P O Vindhyanagar, DISTT: Singrauli (MP) – 486885
e-mail: nehakansal@ntpc.co.in
Address for communication:
P. K. Sabat, AGM (Contracts), SSC NR Vindhyachal
2nd Floor, ADMINISTRATIVE BUILDING,
P O Vindhyanagar, DISTT: Singrauli (MP) – 486885
e-mail: pksabat@ntpc.co.in
NTPC Limited eProcurement Portal
Tender Details
Date : 31-Jul-2019 04:32 PM
Print
Basic Details
Organisation Chain NTPC Limited||SSC VSR
Tender Reference
Number
NTPC/SSC - VSR/9900174060
Tender ID 2019_NTPC_19576_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.No Instrument Type
1 DD
2 BG
3 BC
Cover Details, No. Of Covers - 3
Cover
No
Cover Document Type Description
1 Tender Fee and EMD .pdf Fee Details
.pdf EMD Details
2 Technical Details .pdf
Technical
Details
3 Price bid .xls Price Bid
Tender Fee Details, [Total Fee in ₹ * - 3,990]
Tender
Fee in ₹
3,990
Fee
Payable
To
NTPC
Limited
Fee
Payable
At
Vindhyanagar/Singrauli/Waidhan
of MP
Tender
Fee
Exemption
Allowed
No
EMD Fee Details
EMD
Amount
in ₹
10,00,000 EMD
Exemption
Allowed
No
EMD
Fee
Type
fixed EMD
Percentage
NA
EMD
Payable
To
NTPC
Limited
EMD
Payable At
Vindhyanagar/Singrauli/Waidhan
of MP
Work /Item(s)
Title Supply and Installation of chlorine Di Oxide Plant in place of
Work Description Supply and Installation of chlorine Di Oxide Plant in place of conventional chlorination plant in stage -I at
NTPC Vindhyachal.
Pre Qualification
Details
As per tender documents
Independent External
Monitor
NA
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 As Per Tender
Documents
Pincode 486885 Pre Bid Meeting Place NA
Page
1
of
3
31
-
07
-
2019
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVie
...
Pre Bid Meeting Date NA Bid Opening Place SSC NR
VINDHYACHAL
Prequalification
Approval Date
NA Allow Preferential
Bidder
No
Critical Dates
Publish Date 31-Jul-2019 06:00 PM Bid Opening Date 26-Aug-2019 11:00 AM
Document Download / Sale Start
Date
31-Jul-2019 06:00 PM Document Download / Sale End
Date
21-Aug-2019 11:00 AM
Clarification Start Date 31-Jul-2019 06:00 PM Clarification End Date 10-Aug-2019 06:00 PM
Bid Submission Start Date 31-Jul-2019 06:00 PM Bid Submission End Date 21-Aug-2019 11:00 AM
Tender Documents
NIT
Document
S.No
Document
Name
Description
Document
Size (in KB)
1
Tendernotice_1.pdf
NIT
90.82
Work Item
Documents
S.No Document Type Document Name Description
Document
Size (in
KB)
1
Tender Documents
Appendix1to8SEC
-
II
-
III
-
IV
-
V
-
VII.rar
Appendix 1 to 8 SEC
-
II
-
III
-
IV
-
V
-
VII
2535.64
2
Tender Documents
SECTION_VI_PART_A1_TECHNICAL
-
REQUIREMENT.rar
SECTION_VI_PART_A1_TECHNICAL
-
REQUIREMENT
29677.31
3
Tender Documents
SECTION_VI_PART
-A2_SCOPE-OF-
WORK
-AND-EXCLUSIONS.rar
SECTION_VI_PART-A2_SCOPE-OF-
WORK-AND-EXCLUSIONS
9446.07
4
Tender Documents
SECTION
-
VI
-
SEC
-
VI
-
PART
-
A1partBCivil
--
A3
-
A4
-
B
-
C
-
D.rar
SECTION
-
VI
-
SEC
-
VI
-
PART
-
A1partBCivil
--
A3
-
A4
-
B
-
C
-
D
30963.58
5
BOQ
BOQ_22142.xls
SECTION_VIII_BILL_OF_QUANTITY_BOQ 317.00
View GTE Details
S.No Particulars Expected Value Mandatory
1.0
Do You accept Letter of Undertaking as per tender specific conditions
Yes
Yes
2.0 Do you accept NTPC Safety Rules
Yes
Yes
3.0
Do you accept the Fraud Prevention Policy of NTPC
Yes
Yes
4.0
Do you accept Withholding
and Banning of Business Dealing Policy of NTPC
Yes
Yes
5.0 Do you certify full compliance on Qualifying Requirements
Yes
Yes
6.0
Do you certify full compliance to all provisions of Bid documents
Yes
Yes
Bid Openers List
S.No Bid Opener Login Id Bid Opener Name Certificate Name
1.
bvsingh@ntpc.co.in
Bind Singh
BIND VASINI SINGH
2.
lalratnakar@ntpc.co.in
Lal Ratnakar
LAL RATNAKAR
3.
anujkgupta@ntpc.co.in
ANUJ KUMAR GUPTA
ANUJ KUMAR GUPTA
4.
nehakansal@ntpc.co.in
NEHA KANSAL
NEHA KANSAL
Tender Inviting Authority
Name Neha Kansal,Dy. Mgr. (CS)
Address SSC-NR Vindhyachal P.O.- Vindhyanagar 486885
Tender Creator Details
Created By NEHA KANSAL
Designation Dy. MANAGER
Created Date 31-May-2019 12:47 PM
Page
2
of
3
31
-
07
-
2019
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVie
...
Page
3
of
3
31
-
07
-
2019
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVie
...