NAME OF PACKAGE: ANNUAL JOB CONTRACT FOR COMPREHENSIVE MAINTENANCE OF ELECTRICAL AND C&I FACILITIES OF
STAGE#2 OF NTPC BARAUNI”
NTPC Limited
(A Government of India Enterprise)
SSC-ER-1, Barh, Patna
PO- NTPC Barh, Dist-Patna (Bihar)
OTICE INVITING TENDER (NIT)/ INVITATION FOR BIDS (IFB)
(Domestic Competitive Bidding)
1. NTPC invites bids from eligible Bidders for “ANNUAL JOB CONTRACT FOR COMPREHENSIVE
MAINTENANCE OF ELECTRICAL AND C&I FACILITIES OF STAGE#2 OF NTPC BARAUNI” (SSC ER-
1/SSC-C&M/2019-20/0200096999/899361), through e- tender under Open Tender Single Stage
Two Envelope bidding process.
2. Brief Information of NIT :
NIT Subject
“ANNUAL JOB CONTRACT FOR COMPREHENSIVE
MAINTENANCE OF ELECTRICAL AND C&I FACILITIES OF
STAGE#2 OF NTPC BARAUNI”
NIT No. /Date
NTPC/SSC - ER-I(Barh)/ 9900195437 dtd 07.03.2020
Estimated Cost
Not to be displayed
Completion Period
One year (12) Months
Document Sale Start Date & Time
09.03.2020, 09:00 Hrs
Source of IFB/NIT
SSC ER-1, Barh
Contract Classification
Services
Last Date for seeking clarification
17.03.2020 16:00 Hrs
Start Date and Time for Bid submission
09.03.2020 16:00 Hrs
Last Date and Time for Bid submission
20.03.2020, 16:00 Hrs
Technical Opening Date & Time
21.03.2020, 16:00 Hrs
Price Bid Opening Date
To be informed later
Cost of Bidding Documents
Rs.2250.00 including GST
EMD Amount in INR
Rs.2,00,000.00 (Rupees two lakhs only) (For details
including exemption of EMD, refer clause-5 as mentioned
below).
3. Bidder can view/download the complete set of Bid document as per the following procedure.
Type of Vendor
Required Document for viewing/downloading our tender document
Vendors already having
GEPNIC vendor code and
Password
Follow Clause No-4 as below:
Vendors already having SAP
vendor code, but does not
have GEPNIC Login ID and
Password
Step-1: The agency has to furnish duly filled Annexure-2 and register at
GEPNIC e-Procurement Portal with valid login ID mapped with Digital
signature.
Step-2 After compliance of step-1, Follow Clause No-4 as below
New Vendor neither having
Step-1 :The agency has to furnish the followings:
NAME OF PACKAGE: ANNUAL JOB CONTRACT FOR COMPREHENSIVE MAINTENANCE OF ELECTRICAL AND C&I FACILITIES OF
STAGE#2 OF NTPC BARAUNI”
any vendor code in SAP
nor any GEPNIC login id
and Password
A.
Duly Filled Annexure-1 (format given below)
B.
PAN card scanned/photo copy (self Attested)
C.
EFT form(Format Given Below), duly filled and endorsed by
their banker, Cancelled Cheque
D.
Copy of PF Documents
E.
Service Tax Registration
F.
ESI Code / Undertaking for ESI
All these should reach us at least seven working days prior to Last Date
of Tender Fee Payment.
Step-2 After compliance of step-1, Follow Clause No-4 as below.
4. Mode of Payment for purchase of tender document:
a) On-Line:
Vendors can view/download the tender document after logging in our e-tender site by
clicking on “Govt e-Tender” in home page of ttps://eprocurentpc.gov.in
After logging in to our e-tender site as mentioned above, the interested bidder can
pay the tender fee as mentioned in the Tender Detailsand Guidelines to Bidders
which are available on the CPP portal.
In case of any difficulty, please contact help desk no- 180030702232, Mobile no.
7878007972 and 7878007973. Presently, submission of tender fee/ EMD in offline
mode ( Bidder may take careful)
b) Exemption on Cost of Tender Document: applicable.
c) Tender fee is non-refundable.
5. Bid Security: (EMD):
1. The scan copy of on-line payment receipt/ MSE Benefit Certificate(if applicable) and MSE
Undertaking /Declaration(if applicable) shall be attached at the designated place. Except bank
guarantee, NO offline payment (like DD/BC,etc) is allowed.
2. Offline payment is allowed only for Bank Guarantee(BG). In case of BG, it should be sent in a sealed
envelope, super scribed on the top as under:
Tender No._________
Due End Date of Bid Submission______
From _____________ (Name of Bidder).
The sealed envelope with BG must be submitted offline and reach (through SPEED POST or
others) to:
SSC ER-I, C&M, NTPC/Barh STPP, PO- NTPC Barh Campus, Dist Patna, Bihar-803215 on or
before Bid Submission End Date and time (BSED). The same received after BSED shall be treated
as non responsive bid and the same shall be returned in original and online bid of the bidder if
submitted shall not be opened.
NAME OF PACKAGE: ANNUAL JOB CONTRACT FOR COMPREHENSIVE MAINTENANCE OF ELECTRICAL AND C&I FACILITIES OF
STAGE#2 OF NTPC BARAUNI”
Instruments for EMD / Tender Documents Fee.
i) E-Payment : EMD / Tender Documents Fee (If applicable) may be paid through E-payment on
GePNIC portal. Upon successful E-payment on the portal or Online Payment, an e-receipt shall be
issued to the bidder by the system, a copy of which is to be online submitted by the bidder at
GePNIC portal.
While paying through E-payment, bidder should mention the NIT / Tender No (9900XXXXXX) as
reference and the same should be mentioned on self generated e-receipt.
There is no need to submit E-receipt physically at SSC ER-I NTPC Barh.
ii) Bank Guarantee (BG): In case Bid Security is submitted by way of Bank Guarantee (BG), the same
should be valid for 225 days from the date of Opening of Techno-commercial offer.
The BG should be on Non-Judicial stamp paper/e-stamp paper of appropriate value as per Stamp
Act prevailing in the State(s) where the BG is submitted or is to be acted upon or the rate
prevailing in the State where the BG is executed, whichever is higher.
The Stamp Duty applicable in Bihar is INR 1000/-.
iii) EMD / Tender Fee Exemption (Benefits to MSEs) (Reference Clause 31.0 of ITB):
For availing MSE benefits for purchase preference, bidder shall confirm that they are manufacturer of
all the item(s) specified in the bidding documents, which are a pre requisite for extending MSE benefits
of purchase preference. In case, Bidder is not a manufacturer of all such items which are a pre-
requisite for extending MSE benefits of purchase preference, but is a manufacturer of at least one of
the item(s) of the package, then benefits of EMD and Tender fee exemption only shall be extended
in such cases and its bid shall be evaluated / treated as Non-MSE bid. In support of above claim
regarding manufacturing of each of the specified Item(s), Bidder will furnish necessary details of
Stores/ Category of items etc. as mentioned in the MSE registration certificate along with the above
Undertaking. In case, such details are not available in the Registration Certificate furnished by the
Bidder for any of the above item(s), other relevant details / documentary evidence will be
furnished along with the Undertaking in support of the claim that such item(s) are manufactured by the
Bidder. Format for declaration / undertaking by bidder at Annexure-A2
Benefits to MSEs are applicable only for (1) Goods produced and (2) Services provided by
MSEs. MSE benefits shall not be applicable to Trader/Dealer of Goods. Further, MSE
benefits shall also not be applicable for Works Contracts.
MSE bidders seeking Exemption from EMD / Tender Fee must online submit the following:
Valid MSE Certificate / Document
In case of MSEs availing ‘EMD and tender fee’ exemption based on relevant certificates of
MSEs and undertaking as elaborated above submitted by them, it will be deemed that MSE
benefits (for EMD and tender fee) have been extended provisionally. The evaluation of bid as
MSE shall be done only after detailed scrutiny/evaluation of documents submitted by MSEs for
availing ‘EMD and tender fee’ benefit. If the documents submitted for availing MSE benefits
found in Non Compliance, the bid submitted by the concerned bidder shall be rejected and
shall not be evaluated further.
NAME OF PACKAGE: ANNUAL JOB CONTRACT FOR COMPREHENSIVE MAINTENANCE OF ELECTRICAL AND C&I FACILITIES OF
STAGE#2 OF NTPC BARAUNI”
Bidder’s Bank shall also send electronic message through secure SFMS (in case of BGs issued from
within India) or SWIFT (in case of BGs issued from outside India) to Employer’s Beneficiary Bank whose
details are provided herein below:
IIMs/IITs/NITs/IISc./CBRI/CPRI/GSI/CWPRS/CWC and other Govt. Institutes/agencies (excluding
PSUs) are also exempted from submission of EMD.
a) The Bid Security of all the unsuccessful Bidders will be returned after award of the Job.
b) The id Security shall be forfeited in any of the following circumstances by the Owner
without any notice or proof of damage to the Owner:
(i) If the Bidder withdraws or varies its Bid during the period of Bid validity specified by the
Bidder in the Bid Proposal.
(ii) In case the Bidder does not accept the corrections towards the discrepancies in their
bid, where ever the breakup of prices have been asked separately.
(iii) If any deviation, variation or additional condition etc found anywhere in our technical
and / or / Price Bid implicit or explicit, shall stand unconditionally withdrawn, without
any cost implication whatsoever to employer, failing which the bid security shall be
forfeited.
(iv) In the case of a successful bidder, if the bidder fails within the specified time limit to
furnish the acceptance of Letter of Award / Purchase Order.
(v) In the case of successful Bidder, if the Bidder fails, within the time limit, to
furnish the required Contract Performance Guarantee in case the same is
required as per conditions of the P.O / LOA.
(vi) If the bidder / their representative commit any fraud while competing for
I
Bank Name
State Bank of India
Ii
Branch
NTPC Barh Campus
Iii
Bank Address
Barh STPP, PO- NTPC Barh Campus, Dist- Patna, Bihar – 803215.
Iv
IFSC Code
SBIN0010085
NAME OF PACKAGE: ANNUAL JOB CONTRACT FOR COMPREHENSIVE MAINTENANCE OF ELECTRICAL AND C&I FACILITIES OF
STAGE#2 OF NTPC BARAUNI”
this contract pursuant to Fraud prevention policy of NTPC.
c) No interest shall be payable by NTPC on the Bid Security.
d) ANY BID NOT ACCOMPANIED BY A BID SECURITY IN A SEPARATE SEALED
ENVELOPE, SHALL BE REJECTED BY THE EMPLOYER AS BEING NON
RESPONSIVE AND RETURNED TO THE BIDDER WITHOUT BEING OPENED.
6. No Deviation Certificate:
“No deviation, whatsoever, is permitted by the Owner to any provisions of bidding Documents.”
The acceptance of above is an attribute of the on line Bid Invitation and the Bidders are
required to confirm acceptance of Compliance to All Provisions of Bidding Documents (NIL
Deviation Certificate) online. Only after acceptance of the above condition the bidder shall be
allowed to submit the bid.
In case any deviations, variations and additional conditions are found anywhere in the bid
(Techno Commercial Bid & Price Bid), the same shall not be given effect to in evaluation and it
will be considered that the bidder complies to all the terms and conditions of Bidding
Documents without any extra cost to the Owner irrespective of any mention to the contrary,
anywhere in the bid, failing which the Bid Security of the Bidder be forfeited.
7. Clarification on Bidding Documents:
Bidder can seek clarifications through e-mail or in hard copy up to the time specified as
mentioned in the bidding document. The queries will be answered by NTPC and replied through
email
8. Qualifying Requirements of Bidders:
In addition to the requirements stipulated in Section ITB (Instructions to Bidders), the Bidder shall also
meet the Qualifying Requirements stipulated hereunder.
Sl No
QUALIFYING REQUIREMENTS
(A)
TECHNICAL CRITERIA:
1.0
The bidder should have executed similar work during the preceding seven (07) years
Reckoned as on the date of technocommercial bid opening as per the following criteria:
One Executed Order valuing not less than Rs. 181.26 Lakhs (INR One Hundred Eighty-one
Lakhs and Twenty six thousand only)
OR
Two Executed Orders each valuing not less than Rs. 113.29 Lakhs (INR One Hundred Thirteen
Lakhs and Twenty nine Thousand only)
OR
Three Executed Orders each valuing not less than Rs. 90.63 Lakhs (INR Ninety Lakhs and Sixty-
three Thousands only)
Similar works is as explained in the following paragraphs and in combination given hereunder:
Works in following combinations: (A1+A2+A3) or (A1+A2+B3) or (A1+B2+A3) or (A1+B2+B3) or
(A2+B1+A3) or (A2+B1+B3) or (B1+B2+A3) or (B1+B2+B3)
NAME OF PACKAGE: ANNUAL JOB CONTRACT FOR COMPREHENSIVE MAINTENANCE OF ELECTRICAL AND C&I FACILITIES OF
STAGE#2 OF NTPC BARAUNI”
Notations as above are explained below:
A1. Maintenance of Electrical equipments/ Installations comprising of Power Transformers,
Switchgears and Electrical rotating machines of voltage 6.6 KV or above in Electrical Power
Generating unit of capacity 250 MW or above for a period of 2 years or higher in last 7 years
from the date of technocommercial bid opening.
A2. Maintenance of Switchyard and associated equipments of voltage level220 KV or above in
Electrical Power Generating unit of capacity 250 MW or above for a period of 1 year or higher
in last 7 years from the date of technocommercial bid opening.
A3. Maintenance of Control and Instrumentation (C&I) Systems comprising C&I of Steam
Generator (SG) and Turbine Generator (TG) in Electrical Power Generating unit of capacity 250
MW or above for a period of 1 year or higher in last 7 years from the date of techno-
commercial bid opening.
B1. Erection and Commissioning of Electrical equipments/Installations comprising Power
Transformers, Switchgear and, Electrical rotating machines of voltage 6.6 KV or above in two
Electrical Power Generating unit of capacity 250 MW or above in last 7 years from the date of
techno-commercial bid opening.
B2. Erection and Commissioning of Switchyard and associated equipments of voltage level 220
KV or above in two Electrical Power Generating unit of capacity 250 MW or above in last 7
years from the date of techno-commercial bidopening.
B3. Erection and Commissioning of Control and Instrumentation (C&I) Systems comprising C&I
of Steam Generator (SG) and Turbine Generator (TG), In two Electrical Power Generating unit
of capacity 250 MW or above in last 7 years from the date of technocommercial bid opening
2.0
The bidder should possess a valid ‘A’ Class Electrical License or equivalent issued from any of
the competent Statutory Authority (Central / State).
3.0
The bidder should have experience of maintenance and installation of Illumination system,
maintenance and installation of LT Power Supply System, HT & LT Cabling including laying,
termination and jointing.
Notes:
I. The word “Executed” means that bidder should have achieved the progress specified in QR
even if total contract is not completed/ closed.
II. In case of “Orders under execution”, the value of work executed till the scheduled date of
opening of Techno–commercial bid, as certified by the client shall be considered.
(B)
FINANCIAL CRITERIA:
Av. Annual Turn Over: The average annual turnover of the Bidder, in the preceding three (03)
consecutive financial years as on the date of bid opening, should not be less than Rs. 226.58
lakh (INR Two Hundred Twenty six Lakhs and Fifty-eight Thousands only).
Note 2:
I. In cases where audited results for the last financial year as on technical 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
NAME OF PACKAGE: ANNUAL JOB CONTRACT FOR COMPREHENSIVE MAINTENANCE OF ELECTRICAL AND C&I FACILITIES OF
STAGE#2 OF NTPC BARAUNI”
Chartered Accountant certifying its financial parameters, the audited results for the three
(03) consecutive financial years preceding the last financial year shall be considered for
evaluating the financial parameters.
II. Further, a certificate would be required from CEO/CFO in the bidding document stating
that the financial results of the company are under audits on the date of techno
commercial bid opening and the certificate from the practicing Chartered Accountant
certifying financial parameters is not available. III. Other income shall not be considered
for arriving at annual turnover figures.
9. Brief Description of items: “ANNUAL JOB CONTRACT FOR COMPREHENSIVE
MAINTENANCE OF ELECTRICAL AND C&I FACILITIES OF STAGE#2 OF NTPC BARAUNI”
10. Following documents must be uploaded online, failing which the offer shall be liable for
rejection:
I. Qualifying Requirement: Total credential to fulfill all the criteria as mentioned
in Qualifying requirement of the NIT/IFB.
II. echnical Bid:
a. All TECHNICAL DATA SHEETS as per the format provided in the tender
document duly filled.
b. Any other data/information as sought in our tender document.
III. Company/Firm Details:
a. Document related to legal status of the Bidder (i.e., Sole Proprietorship
Concern/Partnership Firm/ Private Limited Companies/ Public Limited
Companies and Statutory Corporation/ Consortium/ Joint Venture), Name
and address (es) of the sole proprietor / partners / Board of directors.
b. Memorandum and articles of association/photocopy of partnership
deed/affidavit of proprietorship.
IV. Copy of GST certificate.
V. Copy of valid independent PF code no. issued by concerned RPFC.
VI. Copy of PAN card.
VII. Copy of ESI Certificate/Undertaking for submission of ESI (As per Annexure-X
mentioned in the bid document).
11. Participation in the tender does not automatically mean that the bidders are
considered qualified. NTPC shall evaluate the qualifying requirement of each bidder as
per NIT after opening of technical bid and the bids of the bidder who is not meeting
the qualifying requirement shall not be considered.
12. 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 claim arising out of such action.
13. NTPC will not be responsible for any loss/late receipt/non-receipt of applications for
tender documents/bids due to any postal delay or delay, in any form, in transit.
14. If the last date for receiving applications/ selling of bids/ date of bid opening coincides
NAME OF PACKAGE: ANNUAL JOB CONTRACT FOR COMPREHENSIVE MAINTENANCE OF ELECTRICAL AND C&I FACILITIES OF
STAGE#2 OF NTPC BARAUNI”
with holiday, the date will be shifted to the next working day.
15. Tender document is not transferable.
16. Package Co-ordinator:
(A)
Name: Ratnakar Behera
Designation: DGM(SSC-C&M)
Contact No.:9650992819
E-mail: ratnakar04@ntpc.co.in
(B) Name: Sanjeev Kumar Varsheney
Designation: AGM (SSCC&M)/Contracts
Contact No.:9471701256
E-mail: skvarsheney@ntpc.co.in
17. Address for Communication:
AGM(SSC- C&M)
Shared Service Centre (SSC-C&M), ER-
1, Barh STPP, NTPC Ltd.,
PO- NTPC Barh
Campus, Dist- Patna,
Bihar- 803215.
NAME OF PACKAGE: ANNUAL JOB CONTRACT FOR COMPREHENSIVE MAINTENANCE OF ELECTRICAL AND C&I FACILITIES OF
STAGE#2 OF NTPC BARAUNI”
nnexure No 1
Request for Login ID on NTPC e-Tender.
If you are not a supplier/Contractor of NTPC, and interested in participating in e-tenders in
NTPC, please fill in the following.
Form A
New Vender (prospective)
Name:
Address:
State: _ City: _
Country:
Pin:
Telephone NO:
Fax Number:
Extn:
Email ID:
Your Company’s Bank Name
Account Number:
Branch:
Address:
PAN number:
CST number:
Excise Regn Number:
SSI Number:
Contact Person’s Name:
Designation:
Bid Invitation number interested in:
DD details as tender fee: Issuing Bank:
No:
Amount: _
Date of Issue:
DD Valid till:
Note: Please download, print and fill this form. Submit it to the Package in charge/ Contact
person as mentioned in the Bid Invitation along with the DD of required amount. DD should be
in favor of “NTPC Ltd” payable at the ordering location mentioned in the Bid Invitation.
NAME OF PACKAGE: ANNUAL JOB CONTRACT FOR COMPREHENSIVE MAINTENANCE OF ELECTRICAL AND C&I FACILITIES OF
STAGE#2 OF NTPC BARAUNI”
__
nnexure No 2
Request for Login ID on NTPC e-Tender.
If you are already a supplier/contractor of NTPC, and interested in participating in e-
tenders of NTPC, please fill in the following form. orm B
For Existing Venders:
Existing Vender Code with NTPC:
Pre ERP
Post ERP
Phone Number: _ Extn:
Email ID:
Contact Person’s Name:
Designation:
Bid Invitation number interested in:
DD details as tender fee: Issuing Bank:
No:
Amount: _
Date of Issue:
DD Valid till:
Address and other detail (Only in case of change)
Name:
Address:
State: _
Country:
Pin:
Telephone NO:
Fax Number:
City:
Extn:
Email ID:
Your Company’s Bank Name
Account Number:
Branch:
Address:
Note: Please tick the appropriate box in front of vender code to indicate whether the vender
code given is
Pre-ERP or Post ERP.
Tender fee payment can be given through DD or payment Gateway. In case the option of DD is
opted should be in favor of “NTPC Ltd” payable at the ordering location mentioned in the Bid
invitation.
Request for Login may be sent through E-mail or manually sent to Package in charge / Contact
person as mentioned in the Bid Invitation.
NAME OF PACKAGE: ANNUAL JOB CONTRACT FOR COMPREHENSIVE MAINTENANCE OF ELECTRICAL AND C&I FACILITIES OF
STAGE#2 OF NTPC BARAUNI”
.F.T. Form
nnexure-3
Bidder’s Name and Address: To, NTPC Limited,
.............................................
.............................................
Dear Sirs,
We, hereby authorize the 0wner to make all our payments through Electronic Fund Transfer System. The
details for facilitating the payments are given below
TO BE FILLED IN CAPITAL LETTERS)
1.
NAME OF THE BENEFICIARY
2.
ADDRESS
Pin Code
3 TELEPHONE NUMBER (WITH STD CODE)
4.
BANK PARTICULARS
(A)
BANK NAME
(B)
BANK TELEPHONE NO. (WITH STD CODE)
(C)
BRANCH ADDRESS
Pin Code
(D)
BANK FAX NO (WITH STD CODE)
NAME OF PACKAGE: ANNUAL JOB CONTRACT FOR COMPREHENSIVE MAINTENANCE OF ELECTRICAL AND C&I FACILITIES OF
STAGE#2 OF NTPC BARAUNI”
(E)
BRANCH CODE
(F)
9 DIGIT MICR CODE OF THE BANK BRANCH (ENCLOSE COPY OF A CANCELLED
CHEQUE)
(G)
BANK ACCOUNT NUMBER
(H)
BANK ACCOUNT TYPE (TICK ONE)
SAVING
CURRENT
LOAN
CASH CREDIT
OTHERS
IF OTHERS, SPECIFY,
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 transaction is
delayed or credit is not affected at all for reasons of incomplete or incorrect information, I/We
would not hold the owner responsible.
DATE _
NAME
SIGNATURE (AUTHORISED SIGNATORY)
OFFICE
STAMP
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.
DATE _
No.:....................................
SIGNATURE
(AUTHORISED SIGNATORY)
Authorization
NAME: _
OFFICE STAMP
NAME OF PACKAGE: ANNUAL JOB CONTRACT FOR COMPREHENSIVE MAINTENANCE OF ELECTRICAL AND C&I FACILITIES OF
STAGE#2 OF NTPC BARAUNI”