NTPC LIMITED  
A G oo vernment of India Enterprise)  
(
SO UU THERN REGION  
SHARED SERVICES CENTER  
(
CONTRACT SS AND MATERIALS DEPARTMENT)  
CO NN TRACTS SECTION  
SECTION – I  
INVITATION FOR BID SS (IFB)/NOTICE INVITING T  
E
NDER(NIT)  
FOR O&M CONTRACTS / SERVICE CONTR  
AA CTS  
Page 1 of 4  
INVITATION FOR BIDS (IFB)  
A. NTPC Limited, Shared Services Center - Southern Region, Simhadri Super Thermal Power Station, Visakhapatnam-  
5
31020 invites bids from eligible bidders for the contract with following details:  
Sl.No Particulars  
Details  
1
.
Name of the Package  
AMC FOR DIESEL ELECTRIC LOCOMOTIVE MODEL-WDG3A AT NTPC-KUDGI  
2
.
Location of Contract  
Kudgi Super Thermal Power Station  
P.O.: Kudgi, Thaluk: Basavan Bagawadi, Distt. Vijayapura (Karnataka) -  
5
86121.  
GST NO. 29AAACN0255D1ZU  
3
4
.
.
Qualifying Requirements  
Brief Scope of Work  
As mentioned in Annexure-1 of IFB  
Name of the work / package: AMC FOR DIESEL ELECTRIC LOCOMOTIVE  
MODEL-WDG3A AT NTPC-KUDGI  
Details as specified in Tender Documents.  
5
6
7
.
.
.
Duration of Contract  
Defect Liability Period  
24 Months  
As specified in scope of work/ GCC.  
Maximum number of  
reference work, bidders  
can submit for meeting Nine(09)  
the Technical QR  
8
9
.
.
Bid submission end  
As per the dates mentioned in Tender Details of eProcurement Portal.  
date/Bid opening Date/Last  
date for Clarifications  
Price Bid  
The Bidder shall quote Rate/ Premium / Discount 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.  
10.  
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 (EMD Exemption Claim / Original Bank Guarantee /  
Original Demand Draft / Original Pay Order / Original Banker's Cheque)  
Tender Fee ( Original Demand Draft / Original Pay Order / Original  
Banker's Cheque/ Exemption claim in the form of MSME/NSIC/UAM)  
Integrity Pact (Not Applicable).  
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 above mentioned Original Offline  
Documents except exemption claim, before stipulated Bid submission end  
date and time may result in rejection of bid. The documents pertaining to  
Fee Exemptions (Tender Fee and EMD) shall be uploaded in the e-  
tendering portal. X  
Page 2 of 4  
SECTION - I INVITATION FOR BIDS (IFB)  
11.  
Tender Fee & EMD  
EMD Amount (Rs): 2,00,000(Two lakhs only )  
Tender Fee Amount (Rs): 2,250(Two thousand two hundred and fiftyonly)  
Micro and Small Enterprises (MSEs) registered with District Industries  
Centers or Khadi and Village Industries Commission or Khadi and  
Village Industries Board or Coir Board or National Small Industries  
Corporation or Directorate of Handicrafts and Handloom or any other  
body specified by Ministry of Micro, Small and Medium Enterprises as  
per MSMED Act 2012, for goods produced and services rendered, shall  
be issued the bid documents free of cost and shall be exempted from  
paying Earnest Money Deposit.  
12.  
13.  
14.  
Price Basis  
FIRM Price basis  
On Single Agency  
Order Placement  
Purchase Preference  
NTPC shall allow purchase preference, as indicated in the bidding  
documents(ITB), to bids from MSEs 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.  
Bidders seeking MSE benefits should necessarily upload relevant documents  
in etender portal.  
15.  
Employer’s Beneficiary  
Bank Details for Tender  
Fee & EMD (if applicable).  
Bank  
Name  
State Bank of India  
SBIN0020914  
IFSC  
Code  
Branch Deepanjali Nagar (Branch Code 20914)  
Bank  
Deepanjali Nagar, NTPC Simhadri, Visakhapatnam - 531 020  
Address  
E mail ntpc_djnagar@sbi.co.in  
id  
B. A Complete set of bidding Document may be downloaded by any interested Bidder directly through NTPC  
eProcurement Portal, https://eprocurentpc.nic.in.  
C. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.  
D. 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.  
E. ADDRESS FOR COMMUNICATION  
AGM (C&M-Contacts), NTPC LIMITED,  
Shared Services Center - Southern Region,  
Simhadri Super Thermal Power Station,  
Post: NTPC Simhadri-531020, Distt. Visakhapatnam (A.P)  
Contact Phone:9437055984/9440100224  
E-Mail: cvinutha@ntpc.co.in / gramasubodhreddy@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  
Page 3 of 4  
SECTION - I INVITATION FOR BIDS (IFB)  
ANNEXURE-1  
Qualifying Requirements  
Qualifying Requirement for BMC of Diesel Locomotives of model WDG-3A(2 Nos) at NTPC Kudgi STPS ( PR No.  
200091674).  
1.0 Technical Criteria  
1
.1 The Bidder should have executed the works of “Maintenance of Diesel Locomotives of model WDM 2/WDG 3/WDG 3A  
or BHEL Make and the contract should include the job of half-yearly or higher schedule maintenance works as per IR  
Normswith executed contact values as detailed below during the last seven years(7) reckoned as on the date of techno-  
commercial bid opening.  
Single order with executed value not less than Rs. 51.84 Lakhs.  
OR  
Two orders with executed values not less than Rs. 32.40 Lakhs each.  
OR  
Three orders with executed values not less than Rs. 25.92 Lakhs each.  
2
3
.0 Financial Criteria:  
2.1 The average annual turnover of the bidder, in the preceding three (03) financial years as on the date of Techno-commercial  
bid opening shall not be less than Rs. 64.80 Lakhs (Rupees Sixty four Lakhs and Eighty thousand only)  
.0 Notes  
a) In case 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/Proprietor/Partner that the financial  
results of the Company are under audit as on the date of Techno-commercial bid opening and the certificate from  
practicing Chartered Accountant certifying the financial parameters is not available.  
b) For the purpose of arriving at the executed value of work specified at 1.1 above, basic amount only shall be considered.  
In case of a contract inclusive of Taxes, agency has to provide the break-up of basic value and tax.  
c) Other income shall not be considered for arriving at annual turnover.  
d) The value of the work completed in the preceding seven (07) years reckoned as on date of Techno-commercial bid  
opening, even if it has been started earlier, will only be considered for establishing the qualifying requirements.  
e) The word “executed” at 1.1 above means; bidder should have achieved the criteria specified in above QR even if the  
total contract is not completed / closed.  
f) The bidder should submit the documentary proof for establishing the QR requirements at 1.0 and 2.0 above.  
Page 4 of 4  
SECTION - I INVITATION FOR BIDS (IFB)