Page 1 of 13
NTPC
Ltd
(A Govt. of India
Enterprise)
EASTERN REGION II HEADQUARTERS
,
BHUBANESWAR
CONTRACTS & MATERIALS DEPARTMENT
APPLICATIONS INVITING EXPRESSION OF
INTEREST (EOI)
FOR
DDUGJY Electrical works
(Package details as mentioned
below)
INSTRUCTIONS FOR FILLING THE APPLICATION
Ref: NTPC/ER II HQ/C&M/DDUGJY Date: 13
/08/2019
NTPC Eastern Region II Head Quarters invites applications for "Expression of
Interest" (EOI) for execution of Rural Electrification works in GAJAPATI
District in the state of Odisha on behalf of the State Power Utility (DISCOM) and
Government of Odisha under RGGVY/DDUGJY Scheme of Govt. of India.
GePNIC Tender ID
District
BOQ with package
value
Tender Doc*
2019_NTPC_22576_1
(Tender Reference No :
NTPC/REC/CS-EOI-007)
GAJAPATI
Rs. 44.27 Crore inclusive of
GST and all other Taxes, Duties
& Cess etc ($Price Schedule is
attached under Tender
Documents section of the EOI).
Attac
hed under
Tender
Documents
section of the
EOI
*
The tentative bidding conditions (GCC, SCC, Sample Forms and Procedures, Technical
Specification, Scope of work etc.) are attached with this EOI. Bidders are requested to go
through same before giving their consent for respective package(s).
$ The list of 440 PE villages and Substations are also attached which is tentative and may
change during execution.
NOTE: Work completion period of the package is 06 Month from the date of NOA.
a) COST OF APPLICATION FEE:
NIL.
Page 2 of 13
b) APPLICATION SALE/DOWNLOAD PERIOD: From 14.08.2019
to
27.08.2019.
c ) LAST DATE & TIME OF SUBMISSION : UP TO 15.30 HRS of 27
.08.2019.
d)
OPENING DATE & TIME: 28.08.2019, 16.00
Hrs
e)
EMD: Not applicable at this stage, however same may be
sought
from
bidders while issuing tender enquiry
subsequently as applicable.
Categorization of Application:
An applicant will be categorized based on his work experience as described under
Technical Criteria (Sl. No. 1.0) and Financial criteria as described in Sl. No.2.0.
In addition to information sought in APPLICATION FOR
CATEGORISATION OF VENDORS’ (Annexure I), applicants are required to
furnish documentary evidence in support of meeting the technical and financial
criteria.
1.0 Technical criteria:
The applicant should have executed/completed work in electrical Transmission
or sub transmission or distribution sector which may include supply, erection
and commissioning during last seven years as on last date of submission of
application mentioned in EOI. The applicant should submit maximum 03
highest value purchase orders executed / completed during last seven years.
The word "executed” means that the bidder should have achieved the work
value executed / completed as mentioned in the above para even if the total
contract / order is not completed /closed. The execution capability shall be
derived as per the formula given at para 3 below
.
2.0 Financial Criteria:
The applicant shall be categorized in the category based on its annual average
turnover. The annual average turnover shall be calculated by dividing the sum of
turnover of last 3 (three) financial years by 3 (three).
3.0 Evaluation Criteria of QR Documents
Execution capability of the applicants shall be calculated based on the values of
the three POs submitted by the applicants as defined in the table below with
example
Example:- Say Average annual turnover of an applicant during preceding 3
Page 3 of 13
financial years is Rs 80 Crore and three highest values of the work
executed against three separate orders during preceding seven
financial years are :- Rs 70 Crore, 60 Crore and Rs 55 Crore as given below:
AATO
Capability
of
execution of
similar
work as per
PO
values
PO-1
PO-2
PO-3
80
Cr
PO values (In
Cr)
70
60
55
Execution
Capability as
pe
r
one/two/three
POs
70x1.25=87.5
(C.E up to
87.5
Cr)
60x2=120
(C.E up to
120
Cr)
55x2.5=
137.5
(C.E up to
137.5
Cr)
Execution Capability
of
the applicant
to
execute similar
wor
k
(In
Cr)
1
37.5
(Highest of 87.5, 120
and
137.5)
Applicant is capable to execute work up to
cost
estimate 137.5
Cr
i.e eligibility limit for consideration up to
cost
estimate of
137.5
Cr
A
T
O
mean
s
:
Average annual turnover of the company during preceding
three
completed financial years reckoned from the date of submission of application
for
enlistment
AATO and highest of the three eligibility limits as shown in the table shall be considered for
each technically qualified applicant. Both parameters will be taken into account while
considering for sending enquiry
(In this case the applicant will be eligible for tender
enquiry for value up to 80 Cr i.e. lower of AATO and Execution Capability of the
applicant).
Further, the total unexecuted value of the other contract(s) awarded under DDUGJY XIIth
plan/SAUBHAGYA schemes by NTPC Ltd shall also be taken into account while
considering for sending enquiry. [In case total unexecuted value of contract(s) already
awarded under DDUGJY XIIth plan /SAUBHAGYA scheme by NTPC Ltd. is Rs. 5 Crore
and lower of AATO & execution capability is Rs. 80 Crore,
then the applicant shall be
considered for tender enquiry for value up to Rs. 75 Crore (Rs 80 Crore-Rs 5 Crore)
only]
. The unexecuted value of contract(s) shall be computed as per data available with
NTPC considering value of execution of work(s) upto the last date of submission of
application mentioned in EOI
.
Notes:
i) Copy of audited Balance Sheet and Profit & Loss Account in support to
the above is to be submitted. In case audited results for FY 2018-2019
are not available, a certificate of financial statements from a practicing
Chartered Accountant shall also be considered. If the certificate of
Page 4 of 13
Chartered Accountant is not available audited results of preceding 03
financial years of last financial year are also acceptable.
ii) Other income shall not be considered for arriving at annual turnover.
iii)
Copy of independent PF code, PAN, GST registration, EFT form duly
filled in are to be submitted.
iv) Minimum value of Average Annual Turnover should be equal or higher than
the package value (to be considered for seeking the consent for award)
v) NTPC reserves the right to award multiple contracts for the district
depending upon the capacity data of the vendors as may be available after
receipt of EOI and the requirement for splitting of the package consisting of
villages and or blocks with the objective of completion of execution within 06
Months from the date of Notification of Award.
In the event of splitting of the package, Technical and Financial criteria in terms
of Work execution/ completion value and turnover value for award shall be
considered corresponding to the package value after splitting.
vi)
Participation as JV is not allowed
.
Validity of Application:
Categorization of vendor will remain valid up to Six (6) months from the last date of
submission of application.
NTPC reserves their right to seek consent for acceptance of rate, terms &
conditions etc for award to valid evaluated agencies. NTPC also reserves their right to
come up with another expression of interest for the same works if situation so demands
and also change the conditions of bidding documents.
Notwithstanding anything stated above, the NTPC reserves the right to assess the
capabilities and capacity of the vendor to perform the contract, should the
circumstances warrant such assessment in the overall interest of the Employer.
GENERAL REQUIREMENTS:
1. The applicants are required to submit the applications as placed at Annexure-I
Page 5 of 13
duly filled in and signed by the authorized signatories alongwith all
supporting documents, such as Annual Financial Statements, PO Copies, Client’s
certificate, other general documents etc and upload the same on NTPC’s GePNIC
portal (https://eprocurentpc.nic.in).
2.
Applicants may please note that any mode of submission other than as
mentioned above shall not be accepted and such applications are liable to be
rejected.
3. The vendor should furnish documentary evidence in support of fulfilling each
criteria duly signed and certified by the authorized representative of the company
with company seal.
4. If the date of opening coincides with a holiday, the opening date shall be
shifted to next working day.
5. NTPC reserves the right to reject any or all applications or cancel / withdraw the
Notification for "Expression of Interest" without assigning any reason whatsoever
and in such case no applicant shall have any claim arising out of such action.
6. A complete set of Application Documents can be downloaded from our web
site https://eprocurentpc.nic.in free of cost and the downloaded documents can
be used for application purpose.
7. Application Documents are not transferable.
8. All cost incurred by applicants for preparing and submitting the application,
providing clarification or any other expenses whatsoever shall be borne by
applicants themselves.
9. The information sought shall be filled in completely and wherever not
applicable it should be written as Not Applicable (as per Annexure-I).
Incomplete Applications or Application forms received without relevant
supporting documents may be summarily rejected and may not be
considered. If space is inadequate in any column, separate sheets should be used
to give complete details, up to date information and support document copies
.
10. Any information / data furnished by the Applicant found to be incorrect or
false or misleading at any point of time would render him liable to be
rejected.
11. NTPC also reserves the right to issue enquiries to parties other than those
participated through this Expression of Interest.
Page 6 of 13
12. The applicant shall strictly adhere to the “Fraud Prevention Policy” of NTPC
displayed on its tender website http://www.ntpctender.com
13. After receipt of the information/ documents above NTPC would scrutinize
and register the names of the parties as per the relevant work area. Decision
of NTPC would be final.
14. The Vendors, who are presently banned from business dealings by any of the
NTPC units / REC / Govt. of Odisha / State Power Utilities of Odisha / Govt.
of India, shall not be considered.
15. The applications for the vendors whose contract against
DDUGJY/SAUBHAGYA scheme (under ER-II HQ ,Bhubaneswar) has been
terminated shall not be considered.
16. Address for communication:
SHRI P K SAMANTARAY/SHRI SUDARSAN HEMBRAM
ADDITIONAL GEN. MANAGER (C&M)
NTPC LTD,EASTERN REGION - II HEADQUARTERS(ER-II HQ),
PLOT NO: N/17/2,ORISSA LIFT IRRIGATION BHAWAN(OLIC BUILDING)
3RD & 4TH FLOOR,UNIT-8,
BHUBANESWAR-751012, ORISSA,
PHONE NO. 0674-2376275
Email: pksamantray@ntpc.co.in
kunalprasad@ntpc.co.in
PL. visit our website: ntpctender.com OR ntpc.co.in
OR
https://eprocurentpc.nic.in
Pag
e
9
of
13
N.E.F.T. Form
(TO BE RETUNRED TO THE COMPANY)
To,
GM ( F&A ),
ER II ,HQ,
BHUBANESWAR,
NTPC LIMITED.
Dear Sir,
REF: AUTHORISATION OF ALL OUR PAYMENTS THROUGH ELECTRONIC FUND TRANSFER SYSTEM.
We, hereby authorise NTPC Ltd., ER II ,HQ, BHUBANESWAR to make all our payments through Electronic Fund
Transfer System. The details for facilitating the payments are given below:
(TO BE FILLED IN CAPITAL LETTERS)
1. NAME OF THE BENEFICIARY
2. ADDRESS
3. TELEPHONE NO. (WITH STD CODE)/ MOBILE NO.
4. BANK PARTICULARS
A) BANK NAME
B) BANK TELEPHONE NO.( WITH STD CODE)
C) BRANCH ADDRESS
D) BANK FAX NO ( WITH STD CODE)
E) 9 DIGIT MICR CODE OF THE BANK BRANCH
F) BANK ACCOUNT NUMBER
G) BANK ACCOUNT TYPE (TICK ONE)
SAVING CURRENT LOAN CASH CREDIT OTHERS
H) 11 DIGIT IFSC CODE OF BENEFICIARY BRANCH
Pag
e
10
of
13
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
DATE
(AUTHORISED SIGNATORY)
Name:
OFFICIAL STAMP
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
Pag
e
11
of
13
(FORM OF ACCEPTANCE OF FRAUD PREVENTION
POLICY)
Name of
Contract:
To
M/S. NTPC LIMITED
ERHQ – II
BHUBANESWAR1(ORISSA)
We have read the contents of the Fraud Prevention Policy of NTPC displayed on its tender website
http://www.ntpctender.com
and undertake that we along with our associate / collaborator /
subcontractors / sub‐vendors / consultants / service providers shall strictly abide by the provisions of
the Fraud Prevention Policy of NTPC.
Yours faithfully,
Date :
Place : (Signature) ………………………………….
(Printed Name) ……………………………..
(Designation)………………………………..
(Common Seal)…………………………….
P
a
g
e
10
of
13
(FORM OF ACCEPTANCE OF NTPC SAFETY
RULES)
To,
NTPC
Limited,
ERIIHQ
,
BHUBANESWAR
,
Dear
Sir,
We have read the contents of the NTPC Safety Rules displayed on its tender
website
http://www.ntpctender.com and undertake that we along with our associate/
collaborator/
subcontractors/ subvendors/consultants/service providers shall strictly abide by the provisions
of
the NTPC Safety
Rules.
Yours
faithfully,
Date
:
(Signature)..........................................
Place : (Printed
Name)....................................
(Designation).....................................
(Common
seal)..................................
P
a
g
e
11
of
13
“Declaration on Banning Policy”
To
NTPC
Limited,
ERIIHQ
,
BHUBANESWAR
We have read the contents of the Banning Policy of NTPC displayed on its tender
website
http://www.ntpctender.com
In terms of requirement under Banning Policy we hereby declare
the
following:
1) We agree to abide the contents of the Banning Policy of
NTPC.
a) We have not been Banned /Blacklisted as on date of submission of bid by Ministry of Power
of
Government of
India.
b) We have not employed any public servant dismissed /removed or person convicted for an
offence
involving corruption or abetment of such
offences.
c) Our Director(s)/Owner(s) /Proprietor(s) have not been convicted by any court of law for
offences
involving corrupt and fraudulent practices including moral turpitude in relation to business
dealings
with Government of India or NTPC or NTPC’s group companies during the last five
years.
2) We further declare as
under:
That if at any point subsequent to award of contract, the declarations given above are found to be
incorrect, NTPC Limited shall have the full right to terminate the Contract and take any action as per
applicable laws for breach of contract including forfeiture of Bid Security/Performance Bank
Guarantee.
Yours
faithfully,
Date
:
(Signature)..........................................
Place : (Printed
Name)....................................
(Designation).....................................
(Common
seal)..................................
P
a
g
e
12
of
12
DETAILS OF PF, ESI,
PAN
and GSTIN
To,
NTPC
Limited,
ERIIHQ,
Bhubaneswar, Odisha -
751012
Dear
Sir,
The details of our registration are as
under:
(a) PF no.
(If asked for in the
tender)
The PF no. allotted by concerned RPFC under EPF scheme 1952 is as
under:
PF Number
Note: Copy of PF registration certificate issued by the concerned RPFC
duly
attested by the bidder under his seal and signature to be
submitted.
(b) ESI registration number, if applicable
(If asked for in the
tender)
Our ESI registration number to cover our employees under the ESI
Act:
ESI Registration Number
Note: Copy of ESI registration duly attested by the bidder under his seal
and
signature to be
submitted.
(c) PAN number
Our PAN number is as
under:
Permanent Account Number
Note: Copy of card indicating PAN number duly attested by the bidder under
his
seal and signature to be
submitted.
(d) GST Identification number(GSTIN), if applicable
(If asked for in the
tender):
Our
GSTIN
is
GSTIN Number
Note : Copy of registration with up to amendment to be
enclosed.
Date : (Signature)..............................
.
Place :
(Name)
...........................(Designation)............................. (Company Seal)
.............................
Initial steps for participating in our E-tender is as per the table mentioned below:
T
y
pe
of
Vendor
Requi
r
ed
Docu
m
ent
for
v
i
e
w
ing
our
t
e
nder
docu
m
ent
Vendors already
having NTPC
Vendor Code
linked
with
GEPNIC(
E Procurement)
User Id
and Password
1.The NTPC tenders shall be published is as below website :
https://eprocurentpc.nic.in/nicgep/app
.
2. After login in our GEPNIC(E-Procurement) portal bidder can
directly view/download our tender documents. However, bidder
has to pay requisite tender fee through DD to us directly, which
should reach us before bid submission deadline.(in the present case of EOI,
tender fee is nil)
Vendors already
having NTPC Vendor
Code, but does not
have GEPNIC(EProcurement)
User Id
and Password
1. Bidder is requested to complete Registration in our GePNIC
site
https://eprocurentpc.nic.in/nicgep/app
and generate Login
ID.
2. For mapping of your e-tendering Login ID to your existing
NTPC vendor code, please furnish the login ID by
email to the C&M deptt. NTPC ER-II/Bhubaneswar
3. The NTPC tenders shall be published is as below website :
https://eprocurentpc.nic.in/nicgep/app
.
4. After login in our GEPNIC (E-Procurement) portal bidder can
directly view/download our tender documents. However, bidder
has to pay requisite tender fee through DD to us directly, which
should reach us before bid submission deadline. (in the present case of
EOI, tender fee is nil)
New Vendor neither
having any NTPC
vendor code nor
any GEPNIC(EProcurement)
User Id
and Password
1. Bidder is also requested to complete Registration in our
GePNIC site
https://eprocurentpc.nic.in/nicgep/app
and
generate Login ID.
3. For mapping of your e-tendering Login ID to your existing
NTPC vendor code, please furnish furnish the login ID by
email to the C&M deptt. NTPC ER-II/Bhubaneswar
alongwith EFT form and cancelled cheque.
4. The NTPC tenders shall be published is as below website :
https://eprocurentpc.nic.in/nicgep/app
.
5. After login in our GEPNIC(E-Procurement) portal bidder can
directly view/download our tender documents. However,
bidder has to pay requisite tender fee through DD to us
directly, which should reach us before bid submission
deadline. .(in the present case of EOI, tender fee is nil)
Note:
1. The agency can login e-tender site (GEPNIC-E-Procurement portal) for participation in our tendering after
complying to above. The agency can reach our e-tender site GEPNIC login site) directly through below
mentioned address.
https://eprocurentpc.nic.in/nicgep/app
2. Digital Certificate (Class III) is a must for vendors desiring to participate in this tender. For further details
regarding this please visit the link “Bidders manual Kit” in Eprocurement portal. NTPC won’t be responsible
for any vendor not having a suitable valid digital certificate.
Annexure I
_______________________________________________________________________________________________
1
NTPC Ltd.
(A Government of India Enterprise)
Eastern Region II Head Quarters
Adderss: Phone :06742500906
Contracts & Matrerials department
OLIC Building , 3
rd
& 4
th
Floor E-mail : pksamantray@ntpc.co.in
N 17/2 Nayapalli Bhubaneswar 751012 kunalprasad@ntpc.co.in
APPLICATION FOR EXPRESSION OF INTEREST
Ref no…………………………………………..
1,0 GENERAL :
1.1 Name of the Organisation
1.2 Full Address :
Telephone & e-mail Id etc.
i) Registered Office
ii) Regional Offices
1.4 Organisational set up of the company with details
1.5 (a) Date & Enclosed Yes/No
place of registration and certified Name of Directors / Partners Status
copies of Memorandum of Association 1.
and Articles of Association 2.
to be furnished. 3.
Names, Addresses and particulars 4.
of all the Directors should be furnished. 5.
1.6 PF registration details (copy to be enclosed)
1.7 Details of PAN, Sales tax/ VAT Registration, GST (copy to be enclosed)
1.8 Annual Turnover for last three years (
Copies of balance sheet , profit & loss account , supporting
documents showing average annual turnover during last three financial years, to be submitted
)
Annexure I
_______________________________________________________________________________________________
2
Financial year (FY) Turnover in Rs lakhs
2016-2017 A
2017-2018 B
2018-2019* C
Annual average Turnover (ATO) (A+B+C)/ 3
* In case where audited results for financial year 2018-2019 are not available, certification of financial
statements from a practicing Chartered Accountant shall also be considered acceptable. If same is not
available audited results of preceding 03 financial years of last financial year are also acceptable
1.9 Any other particulars / merits in favour.
2.0 TECHNICAL
2.1 Applicants are requested to indicate their interest to execute works of DDUGJY against following
district(s) of Odisha. In case response column is left blank against any district(s)/package(s), it shall
be treated as ‘Not interested’.
Sl No District Response of bidder (Yes/No)
1
Gajapati
2.2 If already worked as a Contractor of NTPC
(Give the following Details along with documentary evidence like order copy, completion
certificate, work execution documents etc)
Name of the Power Name of Value Date of Completion
Station/project work & Purchase Order No & date
2.3 Work execution details (Technical) in support of QR.
(Give the following Details along with documentary evidence like order copy, completion
certificate, work execution documents etc)
Annexure I
_______________________________________________________________________________________________
3
Name of the Power Name of Value Date of Completion
Station/project work & Purchase Order No & date
_______________________________________________________________________________________
2.4 Attach NTPC fraud / banning/safety policy declaration duly signed
2.5 Mention any other relevant Detail
Note:
a) Separate sheet (s) may be attached to any column wherever necessary.
b) All the submitted documents are to be self attested.
c) A power of attorney, duly notarized, indicating that the person(s) signing the application
has(ve) the authority to sign the application is to be submitted.
(It is mandatory for all the bidders to have class-III digital signature certificate (in the name
of person who will hold the power of attorney) from any of the licensed certifying agency
(“CA”) [Applicants can see the list of licensed CAs from the link www.cca.gov.in to
participate in e-tendering of NTPC Ltd.])
I certify that all the information and data furnished by me/us in this application from are true
and complete to the best of my knowledge.
Signature of the Applicant/
Authorised Person
(Seal)