1
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 GeM)
Tender Ref No: NTPC/SSC-ER-I(Barh)/ GEM/2019/B/423192 Date:14.11.2019
1.0 NTPC Limited invites online bids on Single Stage Two Envelope bidding basis (Through Government
e-Marketplace) from eligible bidders for Procurement of All_in_One PCs for NTPC
Farakka, Barh, Barauni and North Karanpura from GeM”, as per the scope of work
briefly mentioned hereinafter.
2.0 Brief Scope of Work & other Specific details:
Procurement of All_in_One PCs for NTPC Farakka, Barh, Barauni and
North Karanpura from GeM
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:
GeM Bid No.
GEM/2019/B/423192,
Dated: 14.11.2019
Source of IFB/ NIT
SSC-C&M (ER-1), BARH STPP
Contract Classification (Supply/ Contract)
Supply
Last Date and Time for Bid Submission
09.12.2019 till 12:00 Hrs.
Price Bid Opening Date & Time
To be intimated later
EMD/ Bid Security in INR
Rs 5,15,072.00
Pre-Bid Conference date & Time (if any)
Nil
Reverse Auction
Not Applicable.
As per provisions of bidding documents, the bidders shall submit “Techno-Commercial Proposal”
and “Price Proposal” online (at Government e-Marketplace), 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.
2
6.0 Qualifying Requirements:
1. The bidder should be a manufacturer/OEM of Personal Computers (PC)/Laptops/All-In-One (AIO)
having facility in India for manufacture of PCs/Laptops/AIOs. OR The bidder should be
subsidiary/dealer/channel partner of the manufacturer/OEM as above as on the date of opening of
techno-commercial proposal. Such bidder should be duly authorized by the Manufacturer/OEM as
above for this tender.
2. The bidder or Manufacturer/OEM should have Microsoft certification for preloading of Windows
Operating System.
3. The bidder should have executed any one of the following work which includes supply of
PCs/laptops/AIOs/Servers/Workstations for any “NTPC stations/SEBs/Govt. Semi-Govts./PSUs/NSE or
BSE enlisted company in India” in the preceding seven (07) years as on the date of techno-commercial
bid opening date of the proposal:
(a) One Work costing not less than Rs. 184.50 lakhs (Rs. One Crore Eighty Four lakhs and fifty
thousand only).
OR
(b) Two works costing not less than Rs. 115.31 lakhs (Rs. One Crore Fifteen lakhs and thirty one
thousand only) each.
OR
(c) Three works costing not less than Rs. 92.25 lakhs (Rs. Ninety two lakhs and twenty five thousand
only) each.
4. Average annual financial turnover of the bidder during preceding three (03) financial years prior to date
of bid opening should not be less than Rs. 230.62Lakhs.
5. In case the bidder is not able to finish its audited financial statements on standalone entity basis, the un-
audited 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 un-audited unconsolidated financial statements of the bidder along-with copies of the
audited consolidated financial statements of its Holding Company.
(b) A certificate from CEO/CFO of the Holding Company, as per the format enclosed in the bidding
documents, stating that the un-audited unconsolidated financial statements form part of the
Consolidated Annual Report of the Company. In cases where audited results of 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
6. In case, Bidder is not able to submit the certificate from practicing Chartered Accounting certifying its
financial parameters, the audited results of three consecutive financial years proceeding the last
financial year shall be considered for evaluating the financial parameters. Further, a certificate would be
required from 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
NOTE: -
(a) In clause-3 above, the word “executed” means the bidder should have achieved the criteria
specified in the qualifying requirements, within the preceding seven (7) years period, even if the
contract has been started earlier and /or is not completed / closed.
3
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. (i) Work Completion Certificate against purchase order/ Work Order Copies
2 (ii) Reference work executed by a Standard Notes added bidder as a sub-contractor may also be
considered provided the certificate issued by main contractor is duly certified by Project Authority
specifying the scope of work executed by the sub-contractor in support of qualifying requirements.
(b) Other incomes shall not be considered for arriving at the annual Turnover.
(c) For order in foreign currency, the exchange rate as on 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 / ghazanfermunam@ntpc.co.in
Websites:
or www.ntpctender.com
or www.ntpc.co.in
4
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
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 /
vppandey@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.