NTPC Limited
(A Govt. of India Enterprise)
SSC-ER-1, Barh, Patna
NOTICE INVITING TENDER (NIT)/INVITATION FOR BIDS (IFB)
FOR
“Digitization and RMS contract for ERI Stations/Projects/Offices at NTPC.”
(Domestic Competitive Bidding)
NIT No.: 9900184855 Date: 23.08.2019
1.0 NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the
scope of work briefly mentioned hereinafter:
2.0 BRIEF DETAILS
NIT No
9900184855
Source of IFB/NIT
SSC-ER-1, Barh, Patna
Contract Classification
“Digitization and RMS contract for ERI
Stations/Projects/Offices at NTPC.”
Last Date and Time for Bid Submission
20.09.2019 up to 16:00:00 Hrs
Technical Opening Date & Time
21.09.2019 at 16:00:00 Hrs
Price Bid Opening Date and Time
Shall be intimated separately by NTPC
Tender Fee in INR (incl. GST)
4,500/-
EMD in INR
10,00,000/-
Pre-Bid Conference Date & Time
Not Applicable
Venue for Pre-Bid Conference
Not Applicable
Last Query Date
13.09.2019, at 16:00 Hrs.
3.0 Tender Fee’ (non-refundable), ‘EMD/Bid Security’ & ‘Integrity Pact’ shall be
submitted in sealed envelopes separately before the stipulated bid submission
closing date and time at the address given at para 10.0 below. Any bid without an
acceptable ‘Tender Fee’, ‘EMD/Bid Security’, and ‘Integrity Pact’ shall be treated as
non-responsive by NTPC and shall not be opened.
4.0 A complete set of Bidding Documents may be downloaded by any interested
Bidder. Tender fee (non-refundable) of requisite value is to be paid in a separate
envelope up to last Date for Bid Submission in the form of a crossed account
Payee demand draft in favour of NTPC Ltd., Payable at SBI, NTPC Barh Campus,
Barh STPP, Patna of the cost of the Bid documents.
For logging on to the GePNIC Site, the bidder would require user id and password
which can be obtained by enrolling at GePNIC site. First time users not allotted
any vendor code are required to approach NTPC at least Seven working days prior
to last Date for Bid Submission .
5.0 Brief Scope of Work :
Digitization and RMS contract for ERI Stations/Projects/Offices at NTPC
6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at
the time of purchase of Bid Documents.
7.0 Qualification Requirements for Bidders
In addition to the requirements stipulated in Section ITB (Instructions to Bidders), the Bidder shall also
meet the Qualifying Requirements stipulated at hereunder:
7.1.0 The bidder should have executed any one of the following in the preceding seven (07) years
as on date of technocommercial bid opening:
(a)
One similar work of value not less than Rs. 7.26 Crores
(b)
Two similar works each of value not less than Rs. 4.54 Crores
(c)
Three similar works each of value not less than Rs. 3.63 Crores
Notes:
I.
One/Two/Three Similar work(s)”means the following:
(a)
One Similar workshould have both Digitization and Record
Management Services (RMS) in a single work order and of value not less than Rs. 7.26 Crores
However, the value of digitization and RMS component individually must not be less than Rs. 1
Crore.
(b)
Two Similar worksshall have any one of the following combinations:
(i)
One Work order for Digitization and one work order for Record Management Services
(RMS) and each of value not less than Rs. 4.54 Crores
OR
(ii)
One work order having both Digitization and Record Management Services
components of value not less than Rs. 4.54 Crores and one work order having
Digitization/Record Management Services/Digitization and Record Management Services
components and of value not less than Rs. 4.54 Crores.
However, with regard to the work order having both Digitization and RMS components, the value of
Digitization and RMS components individually must not be less than Rs. 1 Crore.
A work order having both Digitization and RMS components and having value more than Rs.
4.54 Crores but one of the components value is less than Rs. 1Crore, such work order shall
qualify aswork order for component having value in excess of Rs. 3.54 Crores. However,
the bidder has to provide other work order that shall satisfy the criteria of two similar works
as defined above.
(For example Let us say a work orderof value Rs. 4.54 Crores is submitted having Digitization
component of Rs. 3.7Crores and RMS component as Rs. 0.84 Crores. The order shall qualify as
work order for Digitization and the vendor has to submit other work order qualifying for
RMS as per conditions above.)
(c)
“Three similar works” shall have any of the following combinations:
(i)
One work order for Digitization and Two work orders for RMS and each of value not less
than Rs. 3.63 Crores
OR
(ii)
Two work orders for Digitization and One Work order for RSM and each of value not less
than Rs. 3.63 Crores
OR
(iii)
One work order having both Digitization and RMS components and Two work orders in any
combination having Digitization / RMS/ Digitization and RMS components and each of value
not less than Rs. 3.63 Crores.
However, with reference to the work order having both Digitization and RMS components, the
value of Digitization and RMS components individually must not be less than Rs. 1 Crore.
A work order having both Digitization and RMS components and having value more than Rs.
3.63 Crores but one of the components value is less than Rs. 1Crore, such work order shall
qualify as work order for component having value in excess of Rs. 2.63 Crores. However,
the bidder has to provide other work orders that shall satisfy the criteria of three similar works
as defined above.
(For example Let us say a work order of value Rs. 3.63 Crores is submitted having Digitization
component of Rs.2.80 Crores and RMS component as Rs.0.83 Crores. The order shall qualify as
work order for Digitization and the vendor has to submit two other work orders qualifying for
RMS as per conditions above.)
II.
Values excluding taxes and duties will be considered for arriving at order value.
III,The word “executed” means the bidder should have achieved the criteria specified even if the
total contract is started earlier and / or is not completed /closed.
IV. In Case of work orders under execution, the value of work executed till the date of opening
of the technocommercial proposal as certified by the client shall be considered.
7.2.0 Financial Criteria
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 INR 6.28 Crores.
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 .
The 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 of the date of Techno- Commercial bid opening. In case the
Bidder does not meet the Net Worth criteria on its own, it can meet the requirement of Net worth
based on the strength of its Subsidiary(ies) and/or Holding Company and/or Subsidiary(ies) of its
Holding Companies, wherever applicable. In such a case, however, 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%( one
hundred percent) of their total paid up share capital. However individually, their Net
worth should not be less than 75% (seventy five percent) 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)]X100
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.
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.
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 company.
In cases where audited results for the last preceding financial year as on the date of the opening of
Techno-Commercial Bid are not available, certification of financial statements from a practicing
Chartered Accountant shall also 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 that financial parameters is not available
i)
“Holding Company” and “Subsidiary Company” shall have the meaning ascribed to them as per
Companies Act of India, in vogue.
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 do not include reserves credited out of
the revaluation of the assets, write back of the 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)
While computing the annual turnover other Income shall not be considered.
iv)
For annual turnover indicated in foreign currency, the exchange rate as on 7 days prior to the techno-
commercial bid opening shall be used.
8.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is
considered qualified.
9.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT/IFB for the
subject package without assigning any reason whatsoever and in such case no
10.0 Address for sending the Hard Copy:
Head of (C&M) / NTPC Ltd.
Shared Service Centre (ER-I)
PO- NTPC Barh
Dist- Patna,
BIHAR- 803215
PIN: 803215
bidder/intending bidder shall have any claim arising out of such action.
10.0 Address for Communication
Additional General Manager/Sr. Manager, Contract & Materials Department
NTPC Limited,
SSC-ER-1, Barh STPP, PO-NTPC Barh Campus
Dist– Patna, Bihar
Barh STPP, PO:Barh, Dist:Patna,
Websites:
https://eprocurentpc.nic.in/nicgep/app
or www.ntpctender.com or
www.ntpc.co.in
11.0 Access To Tender Document:
This is an e-tender case without Reverse Auction. Tender documents can be accessed /
downloaded from NTPC website: https://eprocurentpc.nic.in/nicgep/app or
www.ntpctender.com.
In case of any difficulty, please contact help desk no-0120-4947444, 0120-4200462, 0120-
4001002, 0120-4001005, 0120-6277787
E-Mail : support-eproc@nic.in
12.0
Tender Fee Payment:
The bidder has to submit the Tender fee through DEMAND DRAFT (Non-refundable) in
favor of NTPC Ltd., Payable at SBI, NTPC Barh Campus, Barh STPP, Patna within the
scheduled date and time and as mentioned at para 2.0, 3.0 and 4.0 above.
Bidder can view/download the complete set of Bid Documents as per the following
procedure.
Type of Vendor
Required Document for viewing/downloading our tender
document
1. Vendors already
having GePNIC
user id and
Password
Vendors can view/download the tender document after logging in our
GePNIC tender site
2. Vendors already
having SAP vendor
code, but does not
have GePNIC user
id and Password
Step-1: For logging on to the GePNIC Site, the bidder would
require user id and password which can be obtained by enrolling at
GePNIC site & with Class-3 Digital Signature Certificate (DSC).
Step-2 User id is to be forwarded along with user creation sheet
to package dealing executive.
3. New Vendor neither
having any vendor
code in SAP nor
GePNIC user id and
Password
Step-1
The agency has to furnish the followings:
A.
PAN card scanned/photo copy (self-Attested)
B.
EFT form,duly filled and endorsed by their banker
C.
Copy of PF Documents
D.
GST Registration
E.
ESI Code / Undertaking for ESI
All these should reach us at least Seven working days prior to Last
Date of bid submisssion
Step-2 After compliance of step-1, follow steps as mentioned
above at Sl.No. 2.
Bid Security (EMD):
Bidder has to submit Earnest Money Deposit (EMD) in hard copy (offline) of requisite
value in a separate envelope super scribing “EMD Envelope”, which must reach the office
at the address mentioned at Sl. No. 10.0 before the bid submission deadline as mentioned
in the e-tender of our GePNIC system.
i.
EMD Envelope” should contain the EMD of requisite value, strictly in valid form as
mentioned below at sl. no. iii. a) / b) as per applicability or valid supporting document in
support of seeking exemption of EMD as iii. c).
ii.
If Bid Security (EMD) in Original of any agency is not received in a sealed
envelope, their bid shall not be opened. If the EMD amount submitted by any agency
is less than the stipulated EMD, their offer shall be rejected.
iii.
EMD may be furnished in any of the following forms:
a.
For EMD amount of any value:
Pay Order / Cross Demand Draft / Banker’s Cheque in favor of NTPC Limited,
payable at Patna.
b.
In case EMD amount is >Rs 50,000.00 then, besides above:
Bank Guarantee (BG) from a Nationalized Bank / other banks (as per NTPC approved
list) also will be acceptable. Format of BG against Bid Security and List of Banks for
Bid Security are attached. BG should be unconditional and irrevocable and should be
valid for a period of 45 days beyond the bid validity period. The Bank Guarantee
Verification Check List duly filled in as per format attached has to be submitted in this
regard. Bidder shall ensure that all the points of check list are replied in “Yes”.
c.
SSI units of Bihar / SSI units (of other states) registered with the National Small Scale
Industries Corporation shall be exempted from the payment of Earnest Money
Deposit. Bidders seeking exemption should submit a Photocopy of valid registration
certificate preferably attested by Notary / Gazetted Officer/ Magistrate 1st class,
giving details such as validity.
d.
Submission of EMD is exempted from IIMs/IITs/ NITs/IISc./ CBRI/CPRI/
GSI/CWPRS/ CWC and other Govt. Institutes/agencies (excluding PSUs).
e.
In case of any doubt on eligibility of such exemption/concession, bidder may get
clarification from NTPC official before submission of his bid.
f.
The Bid Security of all the unsuccessful Bidders will be returned after award of the
Job.
g.
The Bid Security shall be forfeited in any of the following circumstances by NTPC
without any notice or proof of damage to the Owner:
1.
If the Bidder withdraws or varies its Bid during the period of Bid validity specified
by the Bidder in the Bid Proposal.
2.
In case the Bidder does not accept the corrections towards the discrepancies in their
bid, where ever the breakup of prices have been asked separately.
3.
If any deviation, variation or additional condition etc. found anywhere in our
technical and / or / Price Bid implicit or explicit, shall stand unconditionally
withdrawn, without any cost implication whatsoever to employer, failing which the
bid security shall be forfeited.
4.
In the case of a successful bidder, if the bidder fails within the specified time limit
to furnish the acceptance of Letter of Award / Purchase Order.
5.
In the case of successful Bidder, if the Bidder fails, within the time limit, to furnish
the required Contract Performance Guarantee in case the same is required as per
conditions of the P.O / LOA.
6.
If the bidder / their representative commit any fraud while competing for this
contract pursuant to Fraud prevention policy of NTPC.
h.
No interest shall be payable by NTPC on the Bid Security.
i.
ANY BID NOT ACCOMPANIED BY A BID SECURITY IN A SEPARATE
SEALED ENVELOPE, SHALL BE REJECTED BY NTPC AS BEING NON
RESPONSIVE AND RETURNED TO THE BIDDER WITHOUT BEING
OPENED.
16.0
No Deviation Certificate:
No deviation, whatsoever, is permitted by NTPC to any provisions of bidding Documents.
The Bidders are required to confirm acceptance of compliance to all Provisions of Bidding
Documents (NIL Deviation Certificate) on line as per format enclosed in Schedules and
formats section and submit along with Tender fee, EMD & Integrity Pact in separate
envelopes. Only after receipt of the above documents, the bidder’s bid shall be opened.
Clarification on Bidding Documents:
Bidder can seek clarifications through e-mail or in hard copy up to the time specified as in
the Bid documents.
The queries will be replied by NTPC and posted in the GePNIC Portal. The bidders can
view all queries and all answers once the same are posted in the GePNIC Portal.
Following documents must be uploaded in the GePNIC Portal, failing which the offer
shall be liable for rejection:
i.
Qualifying Requirement (If, required): Total credential to fulfill all the criteria as
mentioned in qualifying requirement of the NIT/IFB.
ii.
Technical Bid:
All TECHNICAL DATA SHEETS as per the format provided in the Tender
Documents duly filled.
Any other data/information as sought in our Tender Documents.
iii.
Company/Firm Details:
Document related to legal status of the Bidder (i.e., Sole Proprietorship
Concern/Partnership Firm/ Private Limited Companies/ Public Limited
Companies and Statutory Corporation/ Consortium/ Joint Venture), Name and
address (es) of the sole proprietor / partners / Board of directors.
Memorandum and Articles of Association/photocopy of Partnership
Deed/affidavit of Proprietorship.
iv.
Copy of GST Registration Certificate.
v.
Copy of valid independent PF code no. issued by concerned RPFC.
vi.
Copy of PAN card.
vii.
Copy of ESI Certificate/Undertaking for submission of ESI.
19.0 Participation in the tender does not automatically mean that the bidders are considered
qualified. NTPC shall evaluate the Qualifying Requirement of each bidder as per NIT after
opening of Technical Bids and the bid of the bidder who is not meeting the Qualifying
Requirement shall not be considered.
20.0 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 claim arising out of such action.
21.0 If the last date for receiving applications/ selling of bids/ date of bid opening coincides
with holiday, the date will be shifted to the next working day.
22.0 Tender Documents are not transferable.
23.0 Package Co-coordinator:
Name: RANJEET KUMAR , Designation: SR. Manager(SSC-C&M) SSC-ER-1, Barh STPP, NTPC
Barh Campus Patna, Mob: 7763801201 / E-mail - ranjeetkumar07@ntpc.co.in
NAME- Rakesh Kumar ,Designation:AGM (SSC-C&M),Contracts Contact No.:9471701256 E- mail:
rakeshkumar16@ntpc.co.in
Important Notes:-
1.
The ‘Integrity Pact” as per ATTACHMENT-18 (If Applicable) duly signed by the
signatory authorized to sign the bid, shall be sealed in a separate envelope entitled
“ATTACHMENT-18: INTEGRITY PACT failing which their Bid is liable to be
rejected.
2.
‘No Deviation Certificate’ duly signed by the signatory authorized to sign the bid
shall be sealed in separate envelop superscribed “NO DEVIATION CERTIFICATE”,
failing which the bid is liable to be rejected.
3.
‘Power of Attorney of the signatory authorized to sign the bid shall be sealed in
separate envelop superscribed “Power of Attorney”, failing which the bid is liable to
be rejected.