1
A Maharatna Company
NTPC Limited
(A Government of India Enterprise)
SSC, ER-1, Barh
PO-NTPC Barh S.O., Dist- Patna (Bihar)
NOTICE INVITING TENDER (NIT)
(Domestic Competitive Bidding through E-tendering)
NIT Ref No:NTPC/SSC-ER-I(Barh)/9900185986 Date:11.09.2019
1.0 NTPC Limited invites online bids on Single Stage Two Envelope
bidding basis (Envelope-1: Techno-Commercial Proposal & Envelope-2:
Price Proposal) from eligible bidders for Supply, Erection and
Commissioning of 400KV circuit Breakers for NTPC Kahalgaon Stage
I, as per the scope of work briefly mentioned hereinafter.
2.0 Brief Scope of Work & other Specific details:
Supply, Erection and Commissioning of 400KV circuit Breakers for NTPC
Kahalgaon Stage I as per Technical Specifications and Scope of Work
given in tender document.”
3.0 Detailed specifications, scope of work and terms & conditions are
given in the bidding documents and can be viewed in our Online Tender
Portal
https://eprocurentpc.nic.in/nicgep/app
4.0 Brief Details:
Document down load
Commencement Date & Time
11.09.2019, 09:00 Hrs.
Source IFB/ NIT
SSC-C&M-ER-1, BARH STPP
Contract Classification
Supply/ Contract
Supply cum Erection
Last Date and Time for Bid
Submission
24.09.2019 till 16:00 Hrs.
Techno Commercial Opening Date
& Time
25.09.2019 at 16:00 Hrs.
Cost of Bidding Document in
INR
3375.00
EMD in INR
10.00 LAKHS (TEN LAKHS
ONLY)
As per provisions of bidding documents, the bidders shall submit
“Techno-Commercial Proposal” and “Price Proposal” online
(https://eprocurentpc.nic.in/nicgep/app), within the bid submission
date and time as mentioned above. Only Techno-Commercial proposals
will be opened on the date and time mentioned in the NTPC-GePNIC
Website.
5.0 The date of opening of Price Proposal shall be intimated separately
by NTPC after completion of evaluation of Techno-Commercial Proposal.
6.0 Bid Security (EMD) and Tender Fee shall be submitted in a sealed
envelope separately offline by the stipulated bid submission closing
2
date and time at the address given below. Any bid without an
acceptable Bid Security (EMD), Tender Fee shall be treated as non-
responsive by the employer and shall not be opened. All credential
filled up formats & supporting documents as asked by NTPC are to be
given online as attachments with the bid.
7.0 Any document submitted by the agency in hard copy other than the
documents mentioned at Para 6.0 above, will not be considered. In
spite of this condition, if any document is submitted by the agency in
hard copy other than the documents mentioned at Para 6.0 above before
bid opening shall be ignored and the offer submitted through the e-
tendering shall be binding on the agency.
8.0 Micro and Small Enterprises (MSEs) registered with District
Industries Centres or Khadi and Village Industries Commission or Khadi
and Village Industries Board or Coir Board or National Small
Industries Corporation(NSIC) or Directorate of Handicrafts and
Handloom or Udyog Aadhar or any other body specified by
Ministry of Micro, Small and Medium Enterprises as per MSMED
Act 2006, for goods produced and services rendered, shall be issued
the bid documents free of cost and shall be exempted from paying
Earnest Money Deposit.
The above benefits to MSEs are meant for procurement of only goods
produced and services rendered by MSEs. However, traders are excluded
from the purview of Public Procurement Policy and not eligible for
Benefits to MSEs. Also, benefits under Public Procurement Policy for
MSEs shall not be extended in Works Contract.
The bidders are requested to send Tender Fee/MSE/ NSIC/ Udyog Aadhar
certificate and EMD, Power of Attorney well in advance to NTPC Ltd.,
SSC(ER-I), Barh office so as to reach before the scheduled bid
submission end date and MSE’s should upload MSE/ NSIC/ Udyog Aadhar
certificate in Fee cover in GePNIC, failing which the bid shall be
liable for rejection.
9.0 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.
10.0 A complete set of Bidding Documents may be downloaded by any
interested Bidder at our E-Tender Site
(https://eprocurentpc.nic.in/nicgep/app). For logging on to the E
Tender Site, the bidder would require to create user ID and Password
as per the Bidder’s Manual Kit provided in the aforementioned web
site. The payment (non-refundable) of the cost of the documents as
mentioned above in the form of a crossed account payee demand draft in
favour of NTPC Ltd., Payable at Barh shall be submitted in a
sealed envelope separately offline by the stipulated bid
submission closing date and time at the address given below.
11.0 Qualifying Requirements:
3
In addition to the requirements stipulated in Section ITB
(Instructions to Bidders), the Bidder shall also meet the Qualifying
Requirements stipulated hereunder:
1.1 The bidder should have manufactured, supplied, installed/supervised
installation and commissioned/supervised commissioning of at least
five (5) numbers of three phase SF6 gas filled Circuit Breakers
suitable for Air Insulated Substation/Switchyard of 400KV or above
class. Further above circuit breakers should be in successful
operations for at least Two(2) years prior to the date of techno-
commercial bid opening.
1.2 The bidder should have executed the job of manufacturing, supply,
installation/supervision of installation and
commissioning/supervision of commissioning of circuit breakers
suitable for Air Insulated Substation/Switchyard of 132KV or above
class within the preceding seven(7) years prior to the date of
techno-commercial bid opening as per the following criteria:
One order of value not less than Rs. 434.00 Lakh
OR
Two orders of value not less than Rs. 271.00 Lakh each.
OR
Three orders of value not less than Rs. 217.00 Lakh each.
NOTES: The word “executed” mentioned in clause 1.0 means that the
bidder should have achieved the criteria Specified in clause 1.0
with any of the following conditions:
Case – I: The work is started earlier (prior to the
Period stipulated in clause 1.1&1.2) but completed within the
stipulated period as mentioned in clause 1.0. In such cases, entire
executed quantity of the relevant work vide the work order shall be
considered for evaluation.
Case-II: The work is started and completed within the stipulated period
as mentioned in clause 1.1&1.2. In such cases, entire executed value
of the relevant work vide that work order shall be considered for
evaluation.
Case-III: The work is started within the stipulated period as mentioned
in clause 1.1&1.2 but not completed as on the last date of
stipulated period. In such cases, “In Progress” executed quantity of
the relevant work vide that work order as on the last date of
stipulated period, shall be considered for evaluation.
Remarks:
i) Bidder must submit requisite credentials in support of having met the
qualifying requirement. A summary sheet of all documents need to be
submitted along with the technical offer. Summary Sheet should clearly
describe the eligibility credentials. Credentials may include:
1. Purchase order/ work order copies.
2. Work Completion Certificate against purchase order/ Work Order Copies
(ii) Reference works executed by the bidder as a member of Joint Venture
/Consortium/Associate can also be considered provided:
4
The allocation of scope of work between the partners of the Joint
Venture/Consortium/ Associate is clearly defined in the executed Joint
Venture Agreement/Consortium Agreement/ Deed of Joint Undertaking and
Bidder’s scope of work and break- up of quantities executed by them as
individual contribution in the Joint Venture/ Consortium/ Associate,
duly authenticated by the Project Authority, meet the relevant
provisions of Qualifying Requirement.
(iii) In case the reference work has been executed by the Bidder in an
integrated Joint venture where in allocation of scope of work and
breakup of quantities between the partners is not clearly specified in
the integrated Joint Venture Agreement , then for clause 1.1&1.2
above, the credit of executed quantities can be claimed by the bidder
in the ratio of bidder’s share in the integrated Joint Venture
Agreement, provided the
bidder establishes that it regularly undertakes works as at clause
1.1&1.2 (as applicable) above. The executed works/quantities by
integrated Joint Venture shall be duly authenticated by the Project
Authoritiy. However, the bidder will not be eligible to claim the
credit of executed work by integrated Joint Venture for Clause 1,0
above.
(iv) The bidder shall also be considered qualified, in case the award for
circuit breakers has been received by the bidder either directly from
owner of plant or intermediary organization from which it has received
the order. However, a certificate/ documentary evidence from such
owner of plant or the intermediary organisation shall be required to
be furnished by the bidder along with its bid in support of its claim
of meeting the qualification requirement as per clause 1.1 and clause
1.2 with any of the conditions mentioned in notes (a) above. Further,
certificate/ documentary evidence from owner of the plant shall also
be furnished by the bidder for the successful operation of the circuit
breakers as specified at clause 1.1 above.
(v)In case of composite work/BOQ, the bidder shall have to furnish
Certificate from owner certifying the value of specific nature of
work, as mentioned in clause 1.0.
2.1 Average annual turnover of the bidder in the preceding three (03)
financial years as on date of techno - commercial bid opening should
not be less than Rs. 271.00 Lakh (Indian Rupees Two Hundred Seventy One
Lakh only) .
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
2.2 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
5
year on the date or 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) or 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.
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 consolidated financial
statements of its Holding Company.
ii) 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 cases where audited results for the last financial year as on the
date of the 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 that financial parameters is not available.
NOTE:
i) Other income shall not be considered for arriving at annual
turnover.
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 does 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.
6
iii) “Holding Company” and Subsidiary Company” shall have the meaning
ascribed to it as per Companies act of India
iv) For amount in foreign currency, the exchange rate as on seven(7)
days prior to the date of Techno- Commercial bid opening shall be
used.
12.0 Notwithstanding anything stated above, the Employer reserves the
right to undertake a physical assessment of the capacity and
capabilities including financial capacity and capability of the
Bidder / his Collaborator(s) / Associate(s)/ Subsidiary(ies) /Group
Company(ies) to perform the Contract, should the circumstances
warrant such assessment in the overall interest of the Employer.
The physical assessment shall include but not be limited to the
assessment of the office/facilities/banker’s/reference works by the
Employer. A negative determination of such assessment of capacity
and capabilities may result in the rejection of the Bid.
The above right to undertake the physical assessment shall be
applicable for the qualifying requirements stipulated above.
13.0 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.
14.0 Issuance of Bidding Documents to any bidder shall not construe that
bidder is considered qualified.
15.0 Participation in the tender does not automatically mean that
the bidders are considered qualified. NTPC shall evaluate the
qualifying requirements of each bidder as per NIT after opening of
Technical Commercial bids and the bids of the bidder who is not
meeting the qualifying requirement shall be treated as non-
responsive.
16.0 Address for Communication:
AGM (C&M),
NTPC Limited, SSC(C&M), ER-I, Barh STPP
SSC Main Building, P.O.- NTPC Barh S.O.
Barh, Distt.- Patna (Bihar) – 803215
Email ID:
vppandey@ntpc.co.in/ krprajan@ntpc.co.in
Websites:
https://eprocurentpc.nic.in
or
www.ntpctender.com
or
www.ntpc.co.in
7
E.F.T. Form ANNEXURE 1
To,
SR. MANAGER(PURCHASE)
NTPC LIMITED, Barh STPP
P.O. – Barh STPP, DISTT. – PATNA,BIHAR, PIN –803213
We, hereby authorise NTPC Ltd., Scope Complex, Lodi Road, New Delhi to make all our payments through Electronic
Fund Transfer System. The details for facilitating the payments are given below:
1. NAME OF THE BENEFICIARY
2. ADDRESS
PIN CODE
3. TELEPHONE NO. (WITH STD CODE)
4. BANK PARTICULARS: A. BANK NAME
B. BRANCH ADDRESS
PIN CODE
C. 9 DIGIT MICR CODE OF THE BANK BRANCH
D. 11 DIGIT IFSC CODE OF BENEFICIARY BRANCH
E. BANK ACCOUNT NUMBER ( MENTIONE TYPE OF ACCOUNT CA/SA/…. )
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 OF AUTHORISED SIGNATORY)
--------------------------------------------------------------------------------------------------------------------------------------------------------------
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
Note:Pls Email the scan copy of Filled in form , PAN card and cancel cheque to krprajan@ntpc.co.in /
itiarchana@ntpc.co.in / for advance action AND FORWARD Filled EFT form verified by Banker and to be submitted
with hard copy of a Cancelled cheque, Photo copy of PAN card.