NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
SHARED SERVICES CENTRE –KAWAS
INVITATION FOR BIDS (IFB)
(DOMESTIC COMPETITIVE BIDDING)
FOR
Providing & Installing UF+RO based 1000 LPH drinking water treatment plant with water
ATMs & PUF type prefab shelter in Ishapur, Ajangaon ,Rahadi,Lapka,Korad &
Navegaon
Tender Ref: 9900191449
Date: 03.01.2020
Bidding Document NO: C00653
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
2.1 The scope of the proposal includes Design, Engineering, Supply, Erection,
Construction, Testing & Commissioning of Drinking Water Ultra Filtration & Reverse
Osmosis Plant of capacity 1000 LPH (Permeate) for NTPC Mouda shall be based on
single point responsibility including Annual Maintenance Contract and handing over
of the system to NTPC. Scope includes all mechanical, civil, instrumentation &
electrical requirements related to UF + RO Plant and shall be turnkey project.
2.2 The plants covered under the scope include
a) Drinking Water UF + RO Plant
b) RO supply Dispenser / ATM unit
2.3 The UF + RO plants shall be set up at Six villages ( isapur, Ajangaon,
Rahadi,Korad,Lapka navegaon ) in the vicinity of NTPC Mouda, to cater the
requirements of village. Scope of work also includes all civil related work
associated with the plant.
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
03.01.2020
Document sale Commencement Date
03.01.2020
Last date for receipt of queries from
bidders (if any)
10.01.2020
Last Date & time for Bid submission
25.01.2020 at 16:00 Hrs (IST)
Technical Bid Opening Date & Time
27.01.2020 at 16:00 Hrs (IST)
Price bid Opening Date & time Shall be intimated separately.
Tender Fee INR 1328.00 (Rupees One
Thousand Three Hundred Twenty
Eight only)
Cost Estimate
-----------
Corrigendum (if any) shall be available on our e-tender website
https://eprocurentpc.nic.in only.
5.0 All bids must be accompanied by Bid Security for an amount of INR 1,000,00.00
(Indian Rupees One Lakh only) in the form as stipulated in the Bidding
documents. Bid Security shall be submitted in a sealed envelope separately in
physical form by the stipulated bid submission closing date and time at the
address given below.
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.
6.0 Benefits of MSME bidders in respect of Tender Fee and Bid Security shall not
be applicable in line with clause 36 of section 2 Instruction to Bidders.
7.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
The bidder who wishes to participate in the bidding shall meet the Qualifying
Requirements stipulated hereunder:
7.1 Technical Criteria:
1. The bidder should have Supplied, Installed & Commissioned minimum 01 number
RO and UF/UV water plant having capacity of at least 300 LPH along with
WATER ATM and the same should be in successful operation for at least 01 (one)
year prior to the date of Techno-commercial bid opening.
2. The bidder should have executed the work of Supply, Installation &
Commissioning of RO and UF/UV water plant along with WATER ATM within
preceding 07 (seven) years as on the date of Techno-commercial bid opening in
any of the following manner:
a. One (1) order having contract value not less than 58.80 Lakhs
OR
b. Two (2) orders having contract value not less than 36.75 Lakhs each
OR
c. Three (3) orders having contract value not less than 29.40 Lakhs 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 duly certified by bidder’s client shall
be considered acceptable.
7.2 Financial criteria:
7.2.1 The average annual turnover of the Bidder, should not be less
than INR 73.5 Lakhs (Rupees Seventy-Three Lakhs and Fifty
Thousand only) during the preceding three (3) completed
financial years as on the 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 for 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 its Holding Company.
2. 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 Report of the company
7.2.4 In cases where audited results for the last preceding 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. Other income shall not be considered for arriving at annual turnover.
2. “Holding Company" and “Subsidiary Company” shall have the meaning
ascribed to them as per Companies Act of India, in vogue.
8. 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.
9. 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 favor 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.
10. 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.
11. Transfer of Bidding Documents purchased by one intending Bidder to another is
not permissible.
12. Reverse Auction: Not Applicable
13. Address for communication:
ADDITIONAL GENERAL MANAGER (C&M)
NTPC Limited, Western Region 1 Shared Service Centre – Kawas,
Simulator Building, Kawas Gas Power Project,
PO Adityanagar,
Surat – 394516, Gujarat
Telephone No. : 02612877965/7991,02612860165
Email: saketsrivastava@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. 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