NTPC LIMITED
(A Government of India Enterprise)
SOUTHERN REGION
SHARED SERVICES CENT
(CONTRACTS AND MATERIALS DEP
CONTRACTS SECTION
INVITATION FOR BIDS
(A Government of India Enterprise)
SOUTHERN REGION
SHARED SERVICES CENT
ER
(CONTRACTS AND MATERIALS DEP
ARTMENT)
CONTRACTS SECTION
SECTION – I
INVITATION FOR BIDS
(IFB)/NOTICE INVITING
TENDER (
Page
1
of
5
TENDER (
NIT)
Page
2
of
5
SECTION
-
I INVITATION FOR BIDS (IFB)
INVITATION FOR BIDS (IFB)
A. NTPC Limited, Shared Services Center - Southern Region, Simhadri Super Thermal Power Station, Visakhapatnam-
531020 invites bids Single Stage Two Envelope bidding basis (Envelope-I: Techno-Commercial Bid &
Envelope-II: Price Bid) from eligible bidders for the contract with following details:
Sl.No
Particulars
Details
1
.
Name of the Package
Supply and Installation of CLO2 System for Telangana STPP(2X800
MW)
2
.
Address of the Employer &
Location of Contract
Telangana
Super Thermal Power Station
P.O.: Jyothinagar, Distt. Karim Nagar (Telangana) - 505215.
GST No. 36AAACN0255D1ZZ
3
.
Qualifying Requirements
As mentioned in
Annexure
-
1 of IFB
4
.
Maximum number of
reference work, bidders
can submit for meeting
the Technical QR
Three(03)
5
.
Whether Joint Venture
Permitted?
No
6
.
Brief Scope
o
f Work
Supply and Installation of CLO2 System for Telangana STPP(2X800
MW) - Details as specified in Tender Documents.
7
.
Completion Period/
Duration of Contract
Completion period for the total work is 12 months.
8
.
Defect Liability Period
AS PER GCC
Un
less otherwise specified in Scope of Work (Section VI)
.
9
.
LD Clause
As Specified at Clause 5 of SCC
10
.
Payment Terms
As Specified
at
Appendix 1 (Terms and Procedures of
Payment) to the
Contract Agreement
11
.
Pre
-
Bid Meeting
Applicable: Date as mentioned in
eProcurement Portal
12
.
Bid submission end
date/Bid opening Date/Last
date for Clarifications
As per the dates mentioned in Tender
Details of eProcurement Portal.
13
.
Independent External
Monitors (IEMs)
Not
Applicable
.
14
.
Price Bid
The Bidder shall quote R
ate
along with
applicable GST for each item
in the
relevant field of BOQ sheet (Price Bid). The BOQ (Excel Sheet) template
must not be modified/ replaced by the bidder and the same should be
uploaded after filling the relevant columns.
If agency does not mention any GST rate, it will be treated that GST is
inclusive in the quoted Basic Rate. In case the bidder is exempted from GST,
bidder has to produce valid Exemption Document. If not produced, it will be
treated that GST is inclusive in the quoted Basic Rate.
If rates of GST are different for different items, the same shall be mentioned
in Sheet titled “GST Breakup” in Excel BOQ Template of Price Bid.
Rates of Recommended Spares shall be quoted in Sheet titled
“Recommended Spares” in Excel BOQ Template of Price Bid.
15
.
Required
Offline
Documents
Following shall be
submitted in a sealed envelope separately offline by the
stipulated Bid Submission End Date and Time at the address given below:
Bid Security (Original Bank Guarantee / Original Demand Draft / Original
Page
3
of
5
SECTION
-
I INVITATION FOR BIDS (IFB)
Pay Order /
Original Banker's Cheque)
Tender Fee (Original Demand Draft / Original Pay Order / Original
Banker's Cheque)
Integrity Pact (Not Applicable).
Deed of Joint Undertaking (Applicable).
Power of Attorney
Note-1: Bid Security and Tender Fee in the form of Demand Draft or Pay
order or Banker’s Cheque shall be in favour of NTPC Ltd. payable at
Visakhapatnam
Note-2: Failure of submission of Original Offline Documents for Bid
Security , Tender fee, Power of Attorney and Deed of Joint Undertaking (if
applicable), before stipulated Bid submission end date and time may result
in rejection of bid.
16
.
Tender Fee & EMD
EMD Amount (
)
1
0,00,000/
-
(Rupees
Ten
Lakhs Only)
Tender Fee Amount ()3,375/-
17
.
Price Basis
FIRM Price basis
.
18
.
Order Placement
On Single Agency
.
19
.
Purchase Preference
NTPC shall allow purchase preference, as indicated in the
Annexure
-
II to
BDS (Section-III).The bidders may apprise themselves of the relevant
provisions of bidding documents in this regard before submission of their
bids.
Bidders seeking benefits should necessarily upload relevant documents in
etender portal.
20
.
Employer’s Beneficiary
Bank Details for Tender
Fee & EMD (if applicable).
Bank Name
State Bank of India
IFSC Code
SBIN0020914
Branch
Deepanjali
N
agar (Branch
Code 20914)
Bank Address
Deepanjali
N
agar
, NTPC Simhadri, Visakhapatnam
-
531 020
E mail id
ntpc_djnagar@sbi.co.in
B. A Complete set of bidding Document may be downloaded by any interested Bidder directly through NTPC
eProcurement Portal, https://eprocurentpc.nic.in.
C. Tender documents are non-transferable. No bidder other than the original bidder in whose name the tender
documents are sold before Bid Submission End Date and Time can submit the offer.
D. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
E. NTPC reserves the right to reject any or all bids or cancel / withdraw the Invitation For Bids (IFB) without assigning
any reason whatsoever and in such case no bidder / intending bidder shall have any claim arising out of such action.
F. ADDRESS FOR COMMUNICATION
AGM (C&M-Contacts)/ DGM (C&M-Contracts), NTPC LIMITED,
Shared Services Center - Southern Region,
Simhadri Super Thermal Power Station,
Post: NTPC Simhadri-531020, Distt. Visakhapatnam (A.P)
Contact Phone: 9440100224/9437055984
Page
4
of
5
SECTION
-
I INVITATION FOR BIDS (IFB)
E-Mail: gramasubodhreddy@ntpc.co.in / sreekumarv@ntpc.co.in/cvinutha@ntpc.co.in
Websites: https://eprocurentpc.nic.in or www.ntpctender.com
Registered office:
NTPC Bhawan, Core – 7, Scope Complex, Institutional Area, Lodhi Road, New Delhi – 110003.
Website: www.ntpc.co.in
ANNEXURE-1
Qualifying Requirements
In addition to satisfactory fulfilment of the Qualifying requirements stipulated in Section ITB (Instructions
to Bidders) of Bid documents, the following shall also apply:
Qualifying Requirements for Supply and Installation of CLO2 System for Telangana STPP(2X800 MW) .
1.0 Technical Criteria:
(a) Bidder should have designed, supplied, erected/supervised erection and commissioned/supervised commissioning at least
one (1) number of Chlorine Di-Oxide System/Plant having at least one (1) number Chlorine Di-Oxide (ClO2) generator
of capacity not less than 40 Kg/hr in any industrial application. The above system/plant should have been in successful
operation for at least one (1) year reckoned as on the date of Technical Bid opening.
(b) Bidder who do not fulfill the requirement in clause 1.0 (a) above, can also participate
provided the Bidder has designed, supplied, erected/supervised erection and commissioned/supervised commissioning at
least one (1) number Gas chlorination plant/system of capacity not less than 120 Kg/hr. in any industrial application and
associates/collaborates with a party fully meeting the requirements of clause 1.0 (a) 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)/Associate(s) and each executant of DJU shall be jointly and severally liable to the
Employer for successful performance of Chlorine Di-Oxide (ClO2) System/Plant, as per the format enclosed with the
bidding documents. The Deed of Joint Undertaking(s) (DJU) should be submitted along with the 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.
2.0 Financial Criteria:
2.1 The average annual turnover of the Bidder, in the preceding three (3) financial years reckoned as on the date
of Technical Bid Opening shall not be less than 538.45 Lakhs (Five hundred Thirty eight Lakhs
and Forty five Thousands Only).
2.2 In case a Bidder does not satisfy the 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 atleast 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 Technical 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.
2.3 Net Worth of the bidder should 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 Technical bid opening. In case the Bidder meets the requirement of Net worth
Page
5
of
5
SECTION
-
I INVITATION FOR BIDS (IFB)
based on the strength of its Subsidiary(ies) and/or Holding Company and/or Subsidiariy(ies) 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. For Consortium/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.
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.
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 for substantiation of its qualification:
(i) Copies of the unaudited unconsolidated financial statements of the Bidder along with copies of the audited conoslidated
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 unaudited unconsolidated financial statements form part of the Consolidated Annual Financial Statements of the Holding
Company.
2.4 In case where audited results for the last financial year as on the date of technical 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/Proprietor/Partner that the financial results of the Company are under audit
as on the date of technical bid opening and the certificate from practicing Chartered Accountant certifying the financial
parameters is not available.
3.0 Notes
a) 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.
"Holding Company" and "Subsidiary" shall have the meaning ascribed to them as per Companies Act of India
b) Other income shall not be considered for arriving at annual turnover.
c) The bidder should have independent PF code issued by RPFC, valid PAN number and active GST registration number and
the relevant documents shall be submitted along with bid proposal.
d) The bidder should submit the documentary proof for establishing the QR requirements at 1.0 and 2.0 above.
Digitally signed by VINUTHA C
Date: 2019.08.23 17:04:33 IST
Location: NTPC Limited eProcurement Portal
Signature Not Verified