NTPC Limited  
A Government of India Enterprise)  
SSC, ER-1, Barh  
(
A Maharatna Company  
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)/9900191629  
Date:23.12.2019  
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 Generator Transformer (250 MVA, 15.75/420kV, 3-Phase)  
for NTPC Farakka STPS.as per the scope of work briefly mentioned  
hereinafter.  
2.0 Brief Scope of Work & other Specific details:  
Supply, Erection and Commissioning of Generator Transformer (250 MVA,  
15.75/420kV, 3-Phase) for NTPC Farakka STPS.”  
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 23.12.2019, 09:00 Hrs.  
Commencement Date & Time  
Source IFB/ NIT  
SSC-C&M-ER-1, BARH STPP  
Contract Classification Supply  
Supply/ Contract  
Last Date and Time for Bid 09.01.2020 till 16:00 Hrs.  
Submission  
Techno Commercial Opening 10.01.2020 at 16:00 Hrs.  
Date &  
Time  
Cost of Bidding Document in 3375.00  
INR  
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  
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  
1
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.  
1
0.0 A complete set of Bidding Documents may be downloaded by any  
Bidder  
interested E-Tender Site  
https://eprocurentpc.nic.in/nicgep/app). For logging on to the E  
at  
our  
(
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:  
In addition to the requirements stipulated in Section ITB  
(Instructions to Bidders), the Bidder shall also meet the Qualifying  
Requirements stipulated hereunder as per route 1.1 or 1.2 and meet  
the requirement stipulated under clause 2.0,3.0A,3.0B  
1.1 The  
bidder  
should  
have  
designed,  
manufactured,  
2
installed/supervised installation and commissioned/ supervised  
commissioning of at least two (2) nos. (one each at two  
different  
installations) of 400 kV or above class  
Transformer of at least 250 MVA capacity [either three phase  
transformer as a single unit or single phase transformer)  
which should be in successful operation for at least two (2)  
years prior to the date of Techno- Commercial bid opening.  
1
.2 Bidder who have designed, manufactured, installed/supervised  
installation and commissioned/ supervised Commissioning of at  
least two (2) nos. (one each at two different installations)  
of 200 kV or above class Transformer which should be in  
successful operation for at least two (2) years prior to the  
date  
of Techno-Commercial bid opening and have established  
based  
manufacturing facilities for 400 KV class transformers  
on technological support of its Associate or Collaborator, can  
also be considered qualified provided its Associate or  
Collaborator meets the qualifying requirement stipulated at 1.1  
above and Bidder furnishes an undertaking jointly executed by  
it and its Associate or Collaborator, as per the format,  
enclosed in the bidding document for the successful performance  
of the equipment.  
In case of award, the Associate or Collaborator will be required  
to furnish an on demand Bank Guarantee for 2%(two percent) of  
the contract price in addition to the Contract Performance  
Security to be furnished by the Bidder.  
2.0 The bidder should have successfully executed the job comprising  
of  
installation and commissioning/supervision of commissioning of  
00 kV or above class within the preceding seven (7)  
design,  
manufacturing,  
installation/supervision  
of  
2
years prior to the date of techno-commercial bid opening as per  
following criteria:  
One order of value not less than Rs. 674.00 Lakh (Indian Rupees  
Six Hundred Seventy Four Lakhs only).  
Or  
Two order of value not less than Rs.422.00 Lakh (Indian Rupees  
Four Hundred Twenty Two Lakhs only) each.  
Or  
Three order of value not less than Rs.337.00 Lakh (Indian  
Rupees Three Hundred Thirty Seven Lakhs only) each.  
3
.0A 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.562.00 Lakh (Indian Rupees Five  
Hundred Sixty Two Lakh only)..  
3
.0B 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  
3
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.  
iii)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 proceeding 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:  
(
a) The word “executed” mentioned in clause 2.0 means that the bidder  
should have completed supply of Transformers as specified in  
clause 2.0 within the preceding seven (07) years period, even if  
the contract has been started earlier and/ or is not completed/  
closed:  
b) The Bidder/Associate or Collaborator shall also be considered  
qualified, in case the award for reference work has been  
received by the bidder/Associate or Collaborator either directly  
from the owner of plant or intermediary organization from which  
it has received the order. However, certificate/documentary  
evidence from such owner of plant or the intermediary  
organization shall be required to be furnished by the  
bidder/Associate or Collaborator along with its bid in support  
of its claim of meeting the qualification requirement as per  
applicable  
conditions  
certificate/documentary evidence from owner of the plant shall  
also be furnished by the Bidder/Associate or Collaborator for  
the successful operation as specified at applicable Clause  
.1 or above.  
clause 1.1 or 1.2 and clause 2.0 with any of the  
mentioned  
in Notes(a) above. Further,  
1
c) Other incomes shall not be considered for arriving at the annual  
Turnover.  
d) 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.  
4
1
2.0 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.  
1
3.0 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.  
1
5.0 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  
5
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
2
.
.
NAME OF THE BENEFICIARY  
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
6
. PERMANENT ACCOUNT NUMBER ( PAN )  
. 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.  
6