Page 1 of 4
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
SHARED SERVICE CENTRE WR1, KAWAS
INVITATION FOR BIDS (IFB)
(DOMESTIC COMPETITIVE BIDDING)
FOR
HIRING OF CONTINGENCY SYSTEM FOR SUPPLY OF MAKEUP WATER
FROM UJANI DAM FOR SOLAPUR STPP
(DOMESTIC COMPETITIVE BIDDING)
Tender Ref: NTPC/SSC - WR-I(Kawas)/ 9900183428 Date : 05.08.2019
Bidding Document NO: C00446
1.0 NTPC Limited (NTPC) invites online bids on “Single Stage Two Envelope Bidding
basis” from eligible bidders for aforesaid package, as per the scope of work
briefly mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
The scope of the proposal shall be on the basis of single point responsibility,
completely covering the activities and services in respect of all the equipment &
works specified and covered to mobilize, deploy and provide a suitable pumping
system (on rental basis) to pump water from Ujani Dam area to pipeline provided
by NTPC near Make up Water pump house at Ujani Dam under the
specifications completely covering all the activities and services in respect of all
the equipment & works specified and covered under detailed bidding documents.
Detailed scope of work has been specified in the bidding documents.
3.0 NTPC intends to finance subject Package through Domestic Commercial
Borrowings/Own sources.
4.0 Detailed Specification, Scope of Work and Terms & Conditions are given in the
Bidding Documents, which are available for examination and Sale at our
eProcurement Portal (https://eprocurentpc.nic.in/nicgep/app) and as per the
following schedule:
NIT Date
05.08.2019
Document sale Commencement Date
05.08.2019
Last date for receipt of queries from
bidders (if any)
19.08.2019
Last Date & time for Bid submission
26.08.2019 at 1100 Hrs (IST)
Technical Bid Opening Date & Time
27.08.2019 at 1530 Hrs (IST)
Price bid Opening Date & time
Shall be intimated separately.
Tender Fee
INR 2655/- (Rupees Two
Thousand Six Hundred Fifty
Five only)
Corrigendum, if any, shall be done at our eProcurement Portal
(https://eprocurentpc.nic.in/nicgep/app) only.
Page 2 of 4
No Queries from Bidders, whatsoever, shall be entertained by the Employer
beyond the last date of receipt of Queries as specified above.
5.0 All bids must be accompanied by Bid Security for an amount of INR 200,000/-
(Indian Rupees Two Lakh only) in the form as stipulated in the Bidding
documents. Bid Security shall be submitted in a sealed envelope separately in
physical form by the stipulated bid submission closing date and time at the
address given below.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A
SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE
EMPLOYER AS BEING NON-RESPONSIVE AND SHALL NOT BE OPENED.
Benefits of MSME bidders in respect of Tender Fee and Bid Security shall be
applicable in line with clause 31 of section 2 Instruction to Bidders.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
The bidder who wishes to participate in the bidding shall meet the Qualifying
Requirements stipulated hereunder:
6.1 Technical Criteria:
The bidder should have successfully executed the work of supply/‘supply on hire
basis’, installation, testing, commissioning and ‘operation & maintenance’ of
pumps/‘pumping system’ of at least 1500 m3/hr flow rate and 100 m head for water
supply within preceding 07 (seven) years as on the date of Techno-commercial bid
opening in any of the following manner: -
a. One (1) order having contract value not less than INR 174.41 Lacs.
OR
b. Two (2) orders having contract value not less than INR 109.01 Lacs each
OR
c. Three (3) orders having contract value not less than INR 87.20 Lacs each
Note:
1 The word Executed" mentioned above means that the bidder should have
achieved the criteria specified above, even if the total contract is started
earlier and/or is not completed/closed.
2 In case of orders under execution, the value of work executed till the date of
Techno-commercial bid opening shall be considered acceptable.
3 Reference work executed by a bidder as a sub-contractor may also be
considered provided the certificate by main contractor is duly certified by
project authority specifying the scope of work executed by the sub-contractor
in support of the qualifying requirement.
6.2 Financial criteria:
6.2.1 The average annual turnover of the Bidder, should not be less than INR 218.01
Lacs (Rupees Two Hundred Eighteen Lacs & One Thousand only) during the
Page 3 of 4
preceding three (3) completed financial years as on the date of Techno-
commercial bid opening.
6.2.2 In case the bidder does not satisfy the financial criteria, stipulated at Cl. 6.2.1
above on its own, its holding company would be required to meet the stipulated
turnover requirements at Cl. 6.2.1 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 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.
6.2.3 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 in substantiation of its qualification. Copies of the unaudited
unconsolidated financial statements of the bidder along with copies of the audited
consolidated financial statements of the Holding Company. A Certificate from the
CEO/CFO of the Holding Company, as per the format enclosed in the bid
documents, stating that the unaudited unconsolidated financial statements form
part of the Consolidated Annual Report of the company.
6.2.4 In cases 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 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 the
financial parameters is not available.
NOTES:
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 Company” shall have the meaning
ascribed to them as per Companies Act of India.
7.0 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.
Page 4 of 4
8.0 NTPC 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.
9.0 A complete set of Bidding Document may be downloaded by any interested
Bidder from https://eprocurentpc.nic.in/nicgep/app. Tender fee as mentioned
above in the form of a crossed account Payee demand draft in favour of NTPC
Ltd., Payable at Kawas is required to be submitted in separately sealed envelope
at the address mentioned in the bidding document before stipulated date & time
of submission of bid.
Prospective bidders are compulsorily required to provide GSTIN number
with Tender Fee.
10.0 Issuance of bid documents to any Bidder shall not construe that such bidder is
considered to be qualified. Bids shall be submitted online and opened at the
address given below in the presence of Bidder’s representatives who choose to
attend the bid opening. Bidder shall furnish Cost of bidding document, Bid
Security and Power of Attorney separately offline as detailed in Bidding
Documents by the stipulated bid submission closing date and time at the address
given below.
11.0 Transfer of Bidding Documents purchased by one intending Bidder to another is
not permissible.
12.0 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.
13.0 Address for communication:
Sr Manager/AGM (Contracts & Materials)
NTPC Limited, Western Region -I Shared Service Centre-Kawas,
Simulator Building, Kawas Gas Power Project,
PO: Adityanagar
Surat- 394516 (India)
Tel. No. : 0091-0261-2877987/2877991/ 02612860165
Email: subhashpaliwal@ntpc.co.in, bnarasimha@ntpc.co.in,
subodhshankar@ntpc.co.in
Websites: https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com or
www.ntpc.co.in
14.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi 110003
Corporate Identification Number: L40101DL1975GOI007966.
Website: www.ntpc.co.in