DETAILED INVITATION FOR BID
SSC WR-II, Sipat
Biennial Maintenance Contract of HT and LT switchgear, Bus Ducts,
Service Transformers, Hoist etc.
Korba
SECTION-I (IFB)
Page
1 of 7
NTPC LTD
(A Government of India Enterprise)
SSC WR-II, Sipat (C&M)
BIDDING DOCUMENTS
FOR
Biennial Maintenance Contract of HT and LT switchgear, Bus Ducts, Service Transformers, Hoists &
Cranes, Actuators and ESP Electrical System of Main Plant Area and PM, BD, O/H and Misc. Works &
Assistance in Maintenance of Electrical Equipments in CHP & Ash Silo Area and Maintenance of
Electrical equipments in Offsite Areas, Maintenance of Electrical equipments in BPH, Maintenance of
Electrical equipments in Dhanras Ash Dyke and 33 KV BPH Lines and 6.6 KV Dhanras Ash Dyke Lines
and Maintenance of Hydrogen Plant and Misc Job in Offsite Area
SECTION- I TO VII
BIDDING DOCUMENT NO. :
9900191004
(This document is meant for the exclusive purpose of bidding against this Bid Document No.
/ Specification and shall not be transferred, reproduced or otherwise used for purposes other
than that for which it is specifically issued).
DETAILED INVITATION FOR BID
SSC WR-II, Sipat
Biennial Maintenance Contract of HT and LT switchgear, Bus Ducts,
Service Transformers, Hoist etc.
Korba
SECTION-I (IFB)
Page
2 of 7
BIDDING DOCUMENT NO. :
CONTENTS
Page
No.
SECTION-I
Invitation for Bids (IFB)
SECTION-II
Instructions to Bidders (ITB)
SECTION-III
General Conditions of Contract (GCC)
SECTION-IV
Special Conditions of Contract (SCC)
SECTION-V
Technical Specification
SECTION-VI
Schedule of Quantities (SOQ)
SECTION-VII
1.1 Techno commercial proposal
1.2 Forms and Procedures (FP)
DETAILED INVITATION FOR BID
SSC WR-II, Sipat
Biennial Maintenance Contract of HT and LT switchgear, Bus Ducts,
Service Transformers, Hoist etc.
Korba
SECTION-I (IFB)
Page
3 of 7
NTPC Limited
(A GOVT. OF INDIA ENTERPRISE)
INVITATION FOR BIDS (IFB)/ NOTICE INVITING TENDER (NIT)
FOR
Biennial Maintenance Contract of HT and LT switchgear, Bus Ducts, Service Transformers, Hoists &
Cranes, Actuators and ESP Electrical System of Main Plant Area and PM, BD, O/H and Misc. Works &
Assistance in Maintenance of Electrical Equipments in CHP & Ash Silo Area and Maintenance of
Electrical equipments in Offsite Areas, Maintenance of Electrical equipments in BPH, Maintenance of
Electrical equipments in Dhanras Ash Dyke and 33 KV BPH Lines and 6.6 KV Dhanras Ash Dyke Lines
and Maintenance of Hydrogen Plant and Misc Job in Offsite Area
KORBA SUPER THERMAL POWER PROJECT
OF
NTPC LTD
LOCATED AT
Korba, CHATTISGARH STATE
(Domestic Competitive Bidding)
NIT No.: 9900191004 Date: 11.12.2019
1.0 NTPC invites online bids on Single Stage Two Envelope bidding basis (Envelope-I:
Techno-Commercial Bid & Envelope-II: Price Bid) from eligible bidders for Biennial
Maintenance Contract of HT and LT switchgear, Bus Ducts, Service Transformers, Hoists & Cranes,
Actuators and ESP Electrical System of Main Plant Area and PM, BD, O/H and Misc. Works &
Assistance in Maintenance of Electrical Equipments in CHP & Ash Silo Area and Maintenance of
Electrical equipments in Offsite Areas, Maintenance of Electrical equipments in BPH, Maintenance of
Electrical equipments in Dhanras Ash Dyke and 33 KV BPH Lines and 6.6 KV Dhanras Ash Dyke
Lines and Maintenance of Hydrogen Plant and Misc Job in Offsite Area for KORBA Thermal Power
Project, situated at KORBA town in district KORBA State of Chattisgarh, India, as per the
Scope of Work mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
The brief scope of work under this package shall include the following:
Biennial Maintenance Contract of HT and LT switchgear, Bus Ducts, Service Transformers,
Hoists & Cranes, Actuators and ESP Electrical System of Main Plant Area and PM, BD, O/H and
Misc. Works & Assistance in Maintenance of Electrical Equipments in CHP & Ash Silo Area and
Maintenance of Electrical equipments in Offsite Areas, Maintenance of Electrical equipments
in BPH, Maintenance of Electrical equipments in Dhanras Ash Dyke and 33 KV BPH Lines and
6.6 KV Dhanras Ash Dyke Lines and Maintenance of Hydrogen Plant and Misc Job in Offsite
Area
3.0 Employer intends to finance the subject package through domestic funding and own
resources
DETAILED INVITATION FOR BID
SSC WR-II, Sipat
Biennial Maintenance Contract of HT and LT switchgear, Bus Ducts,
Service Transformers, Hoist etc.
Korba
SECTION-I (IFB)
Page
4 of 7
4.0 Detailed specification, scope of work and terms & conditions are given in the bidding
documents, which are available for sale as per the following schedule:
5.0 Bid Security for an amount of 5,00,000/- (Indian Rupees Five Lakh only) shall be submitted
in a sealed envelope separately offline by the stipulated bid submission closing date and time.
Any bid not accompanied by an acceptable Bid Security in a separate sealed envelope shall
be rejected by Employer as being non-responsive and shall not be opened.
NIT NO: 9900183698
Document sale Commencement Date & Time
31
.12
.2019,
18
:
00
hrs
14
.
01
.2020
,
1
5
:00
hrs
Source of NIT
SSC WR
-
II, Sipat (C&M)
Contract Classification
Others (Service)
Last Date and
Time for Bid Submission
14.
01
.2020
, 1
5
:00 hrs
Technical Bid Opening Date & Time
16.
01
.20
20
,
15
:30 hrs
Last date of Query
07.01
.2020
,
18
:00 hrs
Price Bid Opening Date and Time
Will be informed Later.
Cost of Bidding Document in INR
Rs. 2250/-
EMD in INR
Rs. 5,00,000/-
Estimated Cost (approx.)
Rs 295.96 lac
Mode of Tendering
Open tender ( DCB- Single Stage Two
Envelope Bidding)
NO
DEVIATION
CERTIFICATE
During the submission of Techno-
Commercial
Bid & Price Bid, Bidders shall be required to
certify their compliance to the complete terms,
conditions and Technical Specifications of
Bidding Documents and Amendment(s)/
Clarifications(s) (if any) by accepting
the GTE
particular "
Do You Certify Full Compliance
to all provisions of Bid Document as YES in
NTPC e-procurement portal.
The certification shall also be considered as
Bidder's confirmation that any deviation to the
Provisions of bidding document found
anywhere in their Bid Proposal, implicit or
explicit, shall stand unconditionally
withdrawn, without any cost implication
whatsoever to the Employer, failing which the
bid security shall be forfeited.
Without the aforesaid certification , bidders
will not be allowed to submit their offer.
Hence , Bidders are requested to accept the
aforesaid compliance online in GEPNIC portal
under GTE tab which can be considered as
Bidder's Confirmation and Acceptance
against NIL DEVIATION FOR THE SUBJECT
PACKAGE
DETAILED INVITATION FOR BID
SSC WR-II, Sipat
Biennial Maintenance Contract of HT and LT switchgear, Bus Ducts,
Service Transformers, Hoist etc.
Korba
SECTION-I (IFB)
Page
5 of 7
6.0. All bids must be accompanied with Earnest Money Deposit (EMD) for an amount of Rupees
5,00,000./- (Indian Rupees Five Lakh only). The Bid security if paid in the form of crossed
DD/BC/BG, the DD/BC/BG should be in the name of NTPC Ltd. payable at Bilaspur.
6.1 Companies having MSME/NSIC registration will exempted from submission of EMD & Tender
Fees, however the MSME Certificate is to be submitted offline in the tender box at the address
of communication specified in the bid documents or to be uploaded in Fees Cover at NIC Portal
before schedule bid submission date and time.
6.2 EMD shall be submitted in a sealed envelope separately offline at address of communication
for Bank Guarantee and DD. MSME/NSIC certificate in lieu of EMD and tender fee shall be
submitted offline at the address of communication specified in the bid documents or to be
uploaded online in Fees Cover at NIC Portal before schedule bid submission date and time at
the address of communication specified in the bid documents
6.3. ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE Earnest Money Deposit (EMD) IN THE FORM
OF DD /BG IN A SEPARATE SEALED ENVELOPE AND NIL DEVIATION CERTIFICATE SHALL BE
REJECTED BY THE EMPLOYER AS BEING NON-RESPONSIVE AND RETURNED TO THE BIDDER
ONLINE. SIMILARLY, IN CASE OF COMPANIES HAVING MSME/NSIC REGISTERTAION, THE
COPY OF MSME/NSIC CERTIFICATE NOT RECEIVED OFFLINE/ ONLINE BEFORFE SCHEDULE
SUBMISSION DATE & TIME, THEIR BID SHALL BE REJECTED BY THE EMPLOYER AS BEING
NON-RESPONSIVE. (EMD EXEMPTION CERTIFICATE UPLOADED ONLINE ON GEPNIC WILL BE
ACCEPTABLE BY NTPC).
6.3. Complete set of Bidding Documents may be downloaded by any interested Bidder and cost of
the documents (non-refundable) as mentioned above may be paid in the form of a crossed
account payee demand draft in favour of NTPC Ltd., Payable at SIPAT, BILASPUR(C.G.) and
same may be submitted along with the Offline bid (Physical bid) (as per clause 17 of ITB). For
logging on to the etender Site, the bidder would require user id and and Password which can
be created at our etender and inform the same to concerned package co-ordinator. First time
users not allotted any vendor code are required to approach NTPC at least three working days
prior to Document Sale Close date alongwith duly filled in questionnaire and required document
like PAN Card, Address proof and GST registration etc for issue of vendor code.
6.4. The bidders may download the bid through https://eprocurentpc.nic.in/nicgep/app, The bidders
who wish to participate in the tender are required to create login at NTPC e-procurement portal.
7.0 Qualifying Requirements for Bidders:
The bidders who wish to participate in the bidding shall satisfactorily establish that they fulfill the
following Qualifying Requirements.
7.1.0 Technical Criteria for Qualification:
7.1.1
The Bidder should have valid A Class Electrical License.
Pre
Bid Conference Date
Not Applicable.
Micro and Small Enterprises Benefits
Applicable
Preference to Make in India and granting of
purchase preference to local suppliers.
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.
DETAILED INVITATION FOR BID
SSC WR-II, Sipat
Biennial Maintenance Contract of HT and LT switchgear, Bus Ducts,
Service Transformers, Hoist etc.
Korba
SECTION-I (IFB)
Page
6 of 7
7.1.2
The bidder should have executed contract for Electrical Maintenance of HT and LT
System, Transformers, Hoists / Cranes and Transmission Lines of 33 KV or above, in a coal
based Thermal Power Station having unit(s) of 200 MW or above capacity during the
preceding seven (7) years reckoned as on the date of techno-commercial bid opening, as
per the following:
Executed value not less than Rs. 132 Lakhs in a Single Contract.
OR
Executed value not less than Rs. 82 Lakhs in Two Contracts each.
OR
Executed value not less than Rs. 66 Lakhs in Three Contracts each.
Note:
1. The word "executed" means the bidder should have achieved the criterion specified in the Qualifying
Requirement, even if the total contract is not completed/closed. In case of contract(s) under execution as
on the date of techno commercial bid opening, the value of work executed till date will be considered
provided the same is certified by the employer.
2. LT System means any equipment whose operating voltage is 415 Volts, and HT System means any
equipment whose operating voltage is 3.3 KV or above (up to 11 kV).
7.2.0. Financial Criteria for Qualification:
7.2.1.
The average annual turnover of the Bidder, in the preceding three (3) financial years
as on the date of Techno-commercial bid opening, shall not be less than Rs. 164
Lakhs (Rupees One Hundred and Sixty Four Lakh only).
7.2.2.
In case the Bidder is not able to furnish its audited financial statements on standalone
entity basis, the unaudited unconsolidated financial statements of the Bidder can be
considered acceptable provided the Bidder furnishes the following further documents
on substantiation of its qualification:
Copies of the unaudited unconsolidated financial statements of the bidder along with
the copies of the audited consolidated financial statements of the holding company.
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.
7.2.3. 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 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:
(i) Other income shall not be considered for arriving at annual turnover.
DETAILED INVITATION FOR BID
SSC WR-II, Sipat
Biennial Maintenance Contract of HT and LT switchgear, Bus Ducts,
Service Transformers, Hoist etc.
Korba
SECTION-I (IFB)
Page
7 of 7
8.0 Notwithstanding anything stated above, the Employer reserves the right to assess the
capabilities and capacity of the Bidder/ his collaborators / associates/ subsidiaries/ group
companies to perform the contract, should the circumstances warrant such assessment in
the overall interest of the Employer.
9.0 Employer reserves the right to reject any or all bids or cancel/withdraw the Invitation for Bids
without assigning any reason whatsoever and in such case no bidder / intending bidder shall
have any claim arising out of such action.
Note: No hard copy Bidding Documents shall be issued.
10.0 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 EMD and power of Attorney to be executed by the bidder offline as detailed in Bidding
Documents.
12.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
13.0 Address for Communication:
To,
AGM (C&M)
SSC Sipat C&M
Samaweshi Bhawan, Opp Urja Bhawan, NTPC Ltd,
Sipat, Bilaspur – 495555.
Contact:
1. Mr. Imran Naqvi, Manager (C&M), Mo: 7587391637, Email: naqviimran@ntpc.co.in
2. Mr D.Mohapatra, AGM(C&M), Mo:9425530693, Email: dhananjaymohapatra@ntpc.co.in