Patratu Vidyut Utpadan Nigam Limited  
(A subsidiary of NTPC Ltd in Joint Venture with JBVNL)  
BIDDING DOCUMENTS  
FOR  
Procurement of Truck mounted Aerial Wagon Tower  
BIDDING DOCUMENT NO: 9900194541  
(This document is meant for the exclusive purpose of  
bidding against this bid document no..  
Specification etc. shall not be transferred, reproduced or  
otherwise used for purposes other than for which it is  
specifically issued)  
Patratu Vidyut Utpadan Nigam Limited  
(A subsidiary of NTPC Ltd in Joint Venture with JBVNL)  
NOTICE INVITING TENDER (NIT/IFB)  
FOR  
Procurement of Truck mounted Aerial Wagon Tower  
(
Domestic Competitive Bidding)  
NIT /IFB No: 9900194541  
Date – 14.03.2020  
1
.0 Patratu Vidyut Utpadan Nigam Limited, Patratu invites online Bids through  
GePNIC(https://eprocurentpc.co.in) on  
Single Stage 3 cover basis from eligible bidders without Reverse Auction for the aforesaid  
Package as per the scope of work briefly mentioned hereinafter:  
2.0 BRIEF SCOPE OF WORK:  
Procurement of Truck mounted Aerial Wagon Tower  
The detailed Scope of work and Technical Specifications are mentioned in the Bidding  
Document.  
3.0. Patratu Vidyut Utpadan Nigam Limited intends to finance the subject package through Own  
Resources.  
4
.0. Detailed scope of work, specifications and terms & conditions are given in the Bidding  
Documents, which are available for examination and sale at the address given below as per  
the following schedule:  
Package Reference/Bidding Document No/NIT  
No.  
9900194541  
NIT Date  
14.03.2020  
Document Download/ Sale Start Date &  
Time  
14.03.2020 & 17:00 Hrs.  
Document Download / Sale End Date &  
Time  
06.04.2020 & 15:00 Hrs.  
Source of IFB/NIT  
Patratu Vidyut Utpadan Nigam Limited  
Contract Classification  
Last/End Date and Time for Bid submission  
Technical Opening Date & Time  
Last date of submission of Tender fee and  
EMD(offline)  
Construction equipment  
06.04.2020 & 15:00 Hrs.  
08.04.2020 & 15:30 Hrs.  
06.04.2020 & 15:00 Hrs.  
Price Bid Opening Date & Time  
The date of opening of price proposal/price bid  
shall be intimated separately by Patratu Vidyut  
Utpadan Nigam Limited after completion of  
evaluation of Techno-commercial proposal.  
Cost of Bidding Documents in INR  
Rs. 1,328.00(inclusive of GST)  
Tender fee payment shall be submitted in the form of  
Demand draft drawn in favour of PATRATU VIDYUT  
UTPADAN NIGAM LIMITED ,Payable at PATRATU.  
MSE(Micro & Small Enterprises registered with  
NSIC/DIC(District Industries centre)/Udyog Aadhar for  
goods produced and services rendered are exempted  
from tender fee. However traders are excluded from  
the purview of public procurement policy. Public  
procurement policy for MSEs should not be Extended  
against tenders for works contracts.  
MSE bidders should furnish declaration regarding  
UAN number on CPPP failing which such bidders will  
not be able to enjoy the benefits as per the public  
procurement policy for MSEs order,2012 for tenders  
invited electronically through CPPP.  
Govt. notification from time to time regarding exemption of  
Tender Fee will be applicable for this tender.  
EMD in INR(off-line)  
Rs. 50,000.00  
Acceptable form of EMD  
DD/Banker’s cheque in favour of PATRATU  
VIDYUT UTPADAN NIGAM LIMITED Payable at  
PATRATU or BG in prescribed format with check  
list for EMD value more than Rs.20,000.00  
Submission of tender fee and EMD amount  
The bidders are requested to send the fee and  
EMD well in advance to be receive in the Patratu  
Vidyut Utpadan Nigam Limited, Patratu office  
before the scheduled bid submission end date  
failing which the bid shall be liable for rejection.  
Bidders seeking exemption from EMD/Tender fee  
as per clause no.4.0 of ITB should upload  
photocopy of valid exemption certificate in  
GePNIC in fee cover  
Pre-Bid Conference Date & Time (if any)  
Reverse auction  
Not applicable  
Not applicable  
28.03.2020 & 17:00 Hrs.  
Last Date to seek clarification/Last  
Query Date  
5.0 Tender fee and EMD to be submitted by bidder off-line.  
6
.0 Tender fee shall be submitted in the form of Demand Draft drawn in favour of PATRATU  
VIDYUT UTPADAN NIGAM LIMITED payable at PATRATU.  
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. Public procurement policy for MSEs should not be  
Extended against tenders for works contracts.  
MSE bidders should furnish declaration regarding UAN number on CPPP failing which such  
bidders will not be able to enjoy the benefits as per the public procurement policy for MSEs  
order,2012 for tenders invited electronically through CPPP.  
Govt. notification from time to time regarding exemption of Tender Fee will be applicable for this  
tender.  
The bidders are requested to send Tender Fee/ MSE/ NSIC/ Udyog Aadhar certificate and  
EMD, Power of Attorney well in advance to Patratu Vidyut Utpadan Nigam Limited, Patratu  
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.  
7.0 All bids must be accompanied by tender fee and bid security/EMD  
Any Bid not accompanied by the acceptable TENDER FEE and Bid Security in a separate  
sealed envelope shall be rejected by the Employer/PVUNL as being non-responsive and  
returned to the bidder without being opened.  
8.0. Qualifying Requirements for Bidders  
The bidder who wish to participate in the bidding shall satisfactorily establish that they fulfill the  
following Qualifying requirements.  
8.1.0 Technical Criteria:  
The bidder must have experience of supplying of 'Truck mounted Ariel Wagon  
Tower with hydraulic eration The bidder must hav execute the supp order  
o
p
'
.
e
d
y
during preceding seven (07) years prior to the date of Techno-commercial bid  
opening as per the following criteria:  
One order costing not less than Rs. (25,47,272.00)  
OR  
Two orders each costing not less than Rs. (15,92,045.00)  
OR  
Three orders each costing notlessthan Rs. (12,73,636.00)  
Note:  
Bidder must submit requisite credentials in support of having met the  
qualifying requirement. A summary sheet of all documents need to be  
submitted along with the technical offer. Summary Sheet should  
clearly describe the eligibility credentials. Credentials mayinclude:  
1
. Purchase order/ work order copies.  
2. Work Completion Certificate against purchase order/ Work Order Copies  
8.2.0 Financial Criteria:  
a) The average annual turnover of the bidder in the preceding three (03)  
financial years as on the last date of the month preceding the month in  
which Notice Inviting Tender is published shall not be less than Rs 31.84  
Lakhs (Rs Thirty one lakhs & Eighty fourthousand only).  
In case a Bidder does not satisfy the annual turnover criteria, stipulated above  
on its own, its Holding Company would be required to meet the stipulated  
turnover requirements as above, provided that the Net Worth of such Holdinq  
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 the Holding Company's  
Board Resolution, as per the format enclosed in the Techno Commercial bid  
documents, pledging unconditional and irrevocable financial support for the  
execution of the Contract by the Bidder in case of award.  
b) The Net Worth of the Bidder as on the last day of the preceding financial year, of the date of  
Techno-commercial Bid opening, shall not be less than 100% of the bidders paid up share  
capital. In case the Bidder meets the requirement of Net Worth based on the strength of its  
Subsidiary (ies) and/or Holding Company and/or Subsidiary (ies) of the Holding company  
wherever applicable, the Net Worth of the bidder and its Subsidiary (ies) and/or Holding  
company and/or Subsidiary (ies) of the Holding company, in combined manner should not be  
less than 100% of their total paid up share capital. However individually, their Net Worth should  
not be less than 75% of their respective paid up share capitals. Net worth in combined manner  
shall be calculated as follows:  
Net worth (combined) = [(X1+X2+X3) / (Y1+Y2+Y3)] x 100  
Where X1. X2, X3 are individual net worth which should not be less than 75  
%
of the respective paid up share capitals and Y1,Y2,Y3 are individual paid up share capitals.  
(
c) In case the bidder is not able to furnish its audited financial statements on stand-alone entity  
basis, the un-audited unconsolidated financial statements of the bidder can be considered  
acceptable provided the bidder further furnishes the following documents for substantiation  
of its quaIification:  
i) Copies of the un-audited unconsolidated financial statements of the bidder along with copies  
of the audited consolidated financial statements of the 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 consolidatedfinancial statementsoftheHoldingCompany.  
In cases 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 also be considered acceptab le. In case, Bidder is not able to submit the  
Certificate from a practicing Chartered Accountant certifying its financial parameters, the  
audited results of three (03) 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 for Financial Criteria:  
(
i)  
Net worth means the sum total of the paid up share capital and free reserves. Free  
reserves means all reserves credited out of the profits and share premium account but  
does not include reserves credited out of the revaluation of the assets, write back of  
depreciation provision and amalgamation . Further any debit balance of Profit and  
Loss account and miscellaneous expenses to the extent not adjusted or written off, if  
any, shall be reduced from reserves and surplus.  
(
(
ii) Other income shall not be considered for arriving at annual turnover.  
iii) "Holding Company" and "Subsidiary Company" shall have the meaning ascribed to  
them as per Companies Act of India.  
9.0. The bidder shall have to submit the following documents in support of meeting the  
QR along with their bid  
9
.1.0- The bidder to submit documentary evidence in support of clause no.8.1.0 of QR  
.2.0 Copies of audited balance sheet and profit and loss account for the preceding three  
9
(
3) financial years in support of clause 8.2.0 of QR  
10.0 Notwithstanding anything stated above, the employer reserves the right to asses the  
capabilities and capacity of the bidder/his collaborators/ associates/  
subsidiaries/group companies to perform the contract, should the circumstances  
warrant such assessment in overall interest of the employer.  
The physical assessment shall include but not limited to the assessment of the  
office/facilities/bankers/reference works by employer. A negative determination of  
such assessment of capacity and capabilities may result in the rejection of the bid.  
11.0. Patratu Vidyut Utpadan Nigam Limited reserves the right to reject any or all bids or  
cancel/withdraw the Invitation for Bids (IFB) 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.  
12.0 Issuance of bid documents to any Bidder shall not construe that such bidder is  
considered to be qualified. Bids shall be submitted online. Bidder shall furnish Bid  
Security separately offline as detailed in Bidding Documents by the stipulated bid  
submission closing date and time at the address given below.  
13.0 Transfer of Bidding Documents purchased by one intending bidder to another is  
not possible. Only the bidder in whose name the tender documents are downloaded, is  
allowed to submit offer. No bidder other than the original bidder in which name  
documents are sold/downloaded can submit the offer.  
1
4.0 A complete set of Bidding Documents may be downloaded by any interested bidder directly  
through NTPC e-procurement portal, https://eprocurentpc.nic.in. For logging in to the e-tender  
website, the bidder would require user ID and password which can be created at our  
e-tender website and same has to be informed to concerned package coordinator. First  
time users not allotted any vendor code are required to approach NTPC/Patratu Vidyut Utpadan  
Nigam Limited at least five (05)working days prior to document sale end date along with  
document like PAN Card, Address proof and GST registration etc. for issue of vendor code.  
Cost of tender document/tender fee as stipulated above shall be submitted offline before  
bid submission date and time in Patratu Vidyut Utpadan Nigam Limited, Patratu office.  
Note: No hard copy of Bidding Documents shall be issued  
1
5.0. Tenderers seeking exemption should upload valid exemption certificate in Fee cover in  
GePNIC having details such as validity.  
1
6. Bid Security/EMD and tender fee in original, for the requisite amount as stipulated above  
shall be submitted prior to the stipulated bid submission closing date and time at the  
address given herein below. If bid security/EMD and tender fee in original in a separate  
sealed cover is not received or bids for which bid security & tender fee of inadequate value  
is received, the same shall not be entertained and in that case, such bids shall not be  
opened.  
1
7.0 First time users not allotted any vendor code are required to approach NTPC/Patratu  
Vidyut Utpadan Nigam Limited at least five working days prior to last date of bid submission and  
submit following details.  
(
a) For creation of vendor code:  
i) Company/ Firm registration copy, GST registration copy, PAN detail copy  
ii) Valid email ID, Contact No.  
iii) Address Proof  
iv) Cancelled cheque & EFT form (to be verified by bank)  
Note: Format of EFT (Electronic Fund Transfer) form is attached along with tender documents.  
(
b) For registration in GePNIC (Govt. e-Procurement National Informatics Centre) portal  
i) Go to site: https://eprocurentpc.nic.in/nicgep/app  
ii) Click on online bidder enrolment & fill up your details  
iii) Send the copy of registration acknowledgement to dealing officer of case.  
18.0 Address for Communication:-  
AGM (Contracts and Materials)  
Patratu Vidyut Utpadan Nigam Limited,  
Patratu  
PO-PTPS, Dist-Ramgarh.  
Jharkhand-829119.  
Phone: +91 6553 286 043  
E-mail: pkbhoi@ntpc.co.in, sktaisum@ntpc.co.in  
Websites: www.ntpctender.com or www.ntpc.co.in  
or https://eprocurentpc.nic.in/nicgep/app  
19.0. Bid Security and Integrity Pact 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 and Integrity Pact (if applicable) shall  
be treated as non-responsive by the employer and shall not be opened.  
2
.
2
0.0. Tender fee is non-refundable.  
1.0 Bid Security: (EMD):  
EMD shall be submitted offline.  
Bidder has to submit earnest money deposit (EMD) in hard copy (offline) of requisite  
value in a separate envelope super scribing “EMD Envelope”, which must reach the  
office at the address as mentioned before the bid submission deadline .  
i.“EMD Envelope” should contain the EMD of requisite value, strictly in valid form as  
mentioned below at sl. no. iii. a) / b) as per applicability or valid supporting  
document in support of seeking exemption of EMD as iii. c).  
ii.If Bid Security (EMD) in Original of any agency is not received in a sealed  
envelope, their bid shall not be opened. If the EMD amount submitted by any  
agency is less than the stipulated EMD, their offer shall be rejected.  
iii.EMD may be furnished in any of the following forms:  
a. For EMD amount of any value:  
Cross Demand Draft / Banker’s Cheque in favor of PATRATU VIDYUT UTPADAN  
NIGAM LIMITED, payable at PATRATU.  
b. In case EMD amount is >Rs 20,000.00 then, besides above:  
Bank Guarantee (BG) from a Nationalized Bank / other banks (as per NTPC approved  
list) also will be acceptable. Format of BG against Bid Security and List of Banks for Bid  
Security are attached. BG should be unconditional and irrevocable and should be valid  
for a period of 45 days beyond the bid validity period. The Bank Guarantee Verification  
Check List duly filled in as per format attached has to be submitted in this regard. Bidder  
shall ensure that all the points of check list are replied in “Yes”.  
c. SSI units of Jharkhand / SSI units (of other states) registered with the National Small  
Scale Industries Corporation shall be exempted from the payment of Earnest Money  
Deposit. Bidders seeking exemption should submit a Photocopy of valid registration  
certificate preferably attested by Notary / Gazetted Officer/ Magistrate 1st class, giving  
details such as validity.  
If the validity of the certificate has expired run the risk of their tenders being passed over  
as ineligible for this concession/exemption.  
Submission of EMD is exempted from  
IIMs/IITs/NITs/IISc./CBRI/CPRI/GSI/CWPRS/CWC and other Govt. Institutes/agencies  
(excluding PSUs).  
In case of any doubt on eligibility of such exemption/concession, bidder may get  
clarification from NTPC official before submission of his bid.  
d. The Bid Security of all the unsuccessful Bidders will be returned after award of the  
Job.  
e. The Bid 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 has 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 commits any fraud while competing for this  
contract pursuant to Fraud prevention policy of NTPC.  
f. No interest shall be payable by NTPC on the Bid Security.  
g. 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.  
h. Govt. notification from time to time regarding exemption of EMD and tender fee will  
be applicable for this tender.  
22.0. No Deviation Certificate:  
No deviation, whatsoever, is permitted by the Owner to any provisions of bidding  
Documents. 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.  
Annexure-3  
ELECTRONIC FUND TRANSFER (E.F.T.) FORM  
TO BE RETURNED TO THE COMPANY)  
(
To  
Patratu Vidyut Utpadan Nigam Limited  
A Subsidiary of NTPC Ltd. In Joint Venture with JBVNL)  
(
PO- PTPS, Patratu, Dist.-Ramgarh,  
Pin- 829119, Jharkhand  
Ref.: Authorization of all our Payments through Electronic Fund Transfer System.  
We, hereby authorize Patratu Vidyut Utpadan Nigam Limited, PO-PTPS,  
Patratu 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 NO. (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)  
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 the  
transaction is delayed or credit is not affected at all for reasons of incomplete or  
incorrect information, I/We would not hold the Employer responsible.  
DATE  
SIGNATURE  
(AUTHORISED SIGNATORY)  
Name:  
OFFICIAL 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  
AUTHORISED SIGNATORY)  
SIGNATURE  
(
Authorization no.: ………………………  
Name:  
OFFICIAL STAMP