NTPC LIMITED  
A GOVERNMENT OF INDIA ENTERPRISE)  
(
SHARED SERVICE CENTRE- WR1, KAWAS  
NOTICE INVITING TENDER (NIT)  
FOR THE WORK OF  
RESTORATION OF DAMAGED FIELDS OF C and D PASS OF ESP MAUDA  
STAGE-I (2X500 MW), Pin-441104  
(DOMESTIC COMPETITIVE BIDDING)  
Tender Ref: NTPC/SSC - WR-I(KAWAS)/ 9900184960  
Bidding Document NO: C00397  
Date: 30.09.2019  
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  
Brief scope of work includes " Dismantling of components like roof, Transformer  
etc, Segregation of material (scrap/useable material), Transportation of scrap to  
scrap yard, Re-Erection, Rectification,Testing & Commissioning of ESP Pass C &  
D of stage-I, NTPC-Mouda " as per bidding document. 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  
Document sale Commencement Date  
30.09.2019  
30.09.2019  
Last date for receipt of queries from bidders 14.10.2019  
if any)  
(
Last Date & time for Bid submission  
Technical Bid Opening Date & Time  
Price bid Opening Date & time  
Tender Fee  
21.10.2019 at 1500 Hrs (IST)  
22.10.2019 at 1600 Hrs (IST)  
Shall be intimated separately.  
INR 1328/-  
“No Queries from Bidders, whatsoever, shall be entertained by the  
Employer beyond the last date of receipt of Queries/ Pre-Bid Conference (if  
applicable) as specified above.”  
Corrigendum, if any, shall be done at our eProcurement Portal  
(https://eprocurentpc.nic.in/nicgep/app) only.  
5
.0 All bids must be accompanied by Bid Security for an amount of INR 1,00,000/-  
(Indian Rupees One Lac only) in the form as stipulated in the Bidding  
documents. Bid Security shall be submitted in a sealed envelope separately in  
Page 1 of 4  
physical form by the stipulated bid submission closing date and time at the  
address given below.  
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 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.  
7
.0 QUALIFYING REQUIREMENTS FOR BIDDERS.  
The bidder who wishes to participate in the bidding shall meet the Qualifying  
Requirements stipulated hereunder:  
7.1Technical Criteria:  
Bidder should have erected/replaced/restored at least two(02) complete ESP  
Pass Fields Internals in Thermal Power Plant(s) of 200 MW or above in India  
within preceding 07 (seven) years as on date of Techno-commercial bid opening  
in any of the following manner: -  
a. One (1) order having contract value not less than  
OR  
b. Two (2) orders having contract value not less than INR 41.17 Lacs each  
INR 65.86 Lacs.  
OR  
c. Three (3) orders having contract value not less than INR 32.93 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.  
7.2 Financial criteria:  
7
8
.2.1 The average annual turnover of the Bidder, should not be less than  
2.33 Lacs (Rupees Eighty Two Lacs & Thirty Three Thousand only) during  
the preceding three (3) completed financial years as on date of Techno-  
commercial bid opening.  
7.2.2 In case the bidder does not satisfy the financial criteria, stipulated at Cl.  
7.2.1 above on its own, its holding company would be required to meet the  
stipulated turnover requirements at Cl. 7.2.1 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.  
7.2.3 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.  
1
. Copies of the unaudited unconsolidated financial statements of the bidder  
along with copies of the audited consolidated financial statements of the  
Holding Company.  
Page 2 of 4  
2
. 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.  
7.2.4 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:  
1
2
. Other income shall not be considered for arriving at annual turnover.  
. “Holding company" and “Subsidiary Company” shall have the meaning  
ascribed to them as per Companies Act of India.  
8
.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.  
9.0  
NTPC reserves the right to reject any or all bids or cancel / withdraw the  
Invitation for Bids/NIT without assigning any reason whatsoever and in such case  
no bidder / intending bidder shall have any claim arising out of such action.  
1
0.0 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.  
1
1.0 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.  
12.0 Transfer of Bidding Documents purchased by one intending Bidder to another is  
not permissible.  
13.0 Address for communication:  
Page 3 of 4  
ADDITIONAL GENERAL MANAGER (C&M)  
Western Region 1 Shared Service Centre – Kawas,  
Simulator Building, Kawas Gas Power Project,  
PO Adityanagar,  
Surat – 394516, Gujarat  
Tel: +91 0261 2877982/7980, 0261-2860165 ,0261-2877991  
Email:  
sonamkumari@ntpc.co.in/bhupeshgupta@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  
Page 4 of 4