NTPC Limited eProcurement Portal  
Page 1 of 3  
NTPC Limited eProcurement Portal  
Tender Details  
Date : 17-Mar-2020 04:53 PM  
Print  
Basic Details  
Organisation Chain  
NTPC Limited||Southern Region Headquarter  
NTPC/SSC - SR(Simhadri)/9900194722  
Tender Reference  
Number  
Tender ID  
2020_NTPC_32349_1  
Open Tender  
Services  
Tender Type  
Tender Category  
Form of contract  
No. of Covers  
Service  
3
General Technical  
Evaluation Allowed  
ItemWise Technical  
Evaluation Allowed  
Yes [Compliance Required]  
No  
Is Multi Currency Allowed  
For BOQ  
Payment Mode  
Offline  
No  
No  
No  
Is Multi Currency  
Allowed For Fee  
Allow Two Stage Bidding  
Payment Instruments  
Cover Details, No. Of Covers - 3  
Cover  
No  
Offline  
S.NoInstrument Type  
Cover  
Document Type  
Description  
1
2
3
DD  
BG  
BC  
Proof of  
Tender Fee  
1
Fee  
.pdf  
pdf  
PreQual/Technical .pdf  
.
Proof of EMD  
Technical  
Documents  
2
3
.pdf  
Bid Forms  
QR supporting  
documents as  
per  
Annexure-I to  
IFB  
.pdf  
Finance  
.xls  
Price Bid  
Attachment-11  
of section VII  
of Bid  
Documents for  
preference to  
make in India  
.pdf  
Attachment  
for Amount  
Linked to  
Safety Aspects  
.pdf  
-section VII  
-Part2 of 3 of  
Bid  
Documents  
Attachment  
for  
Recommended  
Spares and  
Prices- section  
VII -Part2 of 3  
of Bid  
.pdf  
Documents  
Tender Fee Details, [Total Fee in ₹ * -  
2,500]  
EMD Fee Details  
2
EMD Amount 1,00,00,000 EMD through Yes  
Tender Fee in ₹ 22,500  
in ₹  
BG/ST or  
EMD  
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=Published... 17-03-2020  
NTPC Limited eProcurement Portal  
Page 2 of 3  
Fee Payable To NTPC Fee Payable At Payable At  
Exemption  
Allowed  
Limited  
Visakhapatnam  
Tender Fee  
Exemption  
Allowed  
Yes  
EMD Fee Type fixed  
EMD Payable NTPC  
EMD  
Percentage  
NA  
EMD Payable Payable At  
At Visakhapatnam  
To  
Limited  
Work /Item(s)  
Title  
ENGINEERING, SUPPLY, ERECTION COMMISSIONING WORKS FOR BOTTOM ASH  
Work Description  
ENGINEERING, SUPPLY, ERECTION COMMISSIONING WORKS FOR BOTTOM ASHDEWATERING  
SYSTEM FOR ALL UNITS OF STAGE-I AND FOR STAGE-III  
Pre Qualification  
Details  
As per tender documents  
Independent  
External  
Applicable as per Section-I IFB  
Monitor/Remarks  
Show Tender Value  
in Public Domain  
Yes  
Tender Value in ₹  
Contract Type  
Location  
0.00  
Product Category  
Bid Validity(Days)  
Pincode  
Serv - Sub category  
Others  
NA  
540  
NA  
Tender  
180  
Period Of Work  
Days)  
(
Ramagundam Super  
505215 Pre Bid Meeting  
Thermal Power Station  
Place  
Pre Bid Meeting  
Address  
NA  
Pre Bid Meeting Date NA  
Bid Opening Place  
Simhadri  
Thermal Power  
Project  
Should Allow NDA  
Tender  
No  
Allow Preferential  
Bidder  
No  
Critical Dates  
Publish Date  
17-Mar-2020 06:00 PM Bid Opening Date  
07-Apr-2020 04:00 PM  
Document Download / Sale  
Start Date  
17-Mar-2020 06:00 PM Document Download / Sale End 06-Apr-2020 03:00 PM  
Date  
Clarification Start Date  
17-Mar-2020 06:00 PM Clarification End Date  
17-Mar-2020 06:00 PM Bid Submission End Date  
01-Apr-2020 09:00 AM  
06-Apr-2020 03:00 PM  
Bid Submission Start Date  
Tender Documents  
NIT  
Document  
Document  
Size (in KB)  
S.No Document Name  
Description  
1
Tendernotice_1.pdf  
NIT  
483.21  
Work Item  
Documents S.No Document Type  
Document  
Size (in KB)  
Document Name  
Description  
Section I to Section VII of  
bid documents  
1
Tender Documents  
Tender_Docs.rar  
29290.43  
Rates shall be quoted in  
this BOQ sheet only. Rates  
quoted elsewhere shall not  
be considered for  
2
BOQ  
BOQ_35306.xls  
390.50  
evaluation purposes.  
View GTE Details  
S.No  
Particulars  
Expected Value  
Mandatory  
1
2
3
.0  
.0  
.0  
Do You accept Letter of Undertaking as per tender specific conditions  
Do you accept NTPC Safety Rules  
Do you accept the Fraud Prevention Policy of NTPC  
Do you accept Withholding and Banning of Business Dealing Policy of  
NTPC  
Yes  
Yes  
Yes  
Yes  
Yes  
Yes  
4
.0  
Yes  
Yes  
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=Published... 17-03-2020  
NTPC Limited eProcurement Portal  
Page 3 of 3  
5
6
.0  
.0  
Do you certify full compliance on Qualifying Requirements  
Do you certify full compliance to all provisions of Bid documents  
Yes  
Yes  
Yes  
Yes  
Bid Openers List  
S.No  
Bid Opener Login Id  
Bid Opener Name  
Certificate Name  
1
2
3
.
.
.
santoshkumar50@ntpc.co.in  
cvinutha@ntpc.co.in  
satishkolluri@ntpc.co.in  
Ragala Santosh Kumar  
VINUTHA C  
KOLLURI SATISH  
SANTOSH KUMAR RAGALA  
VINUTHA CHINTA  
KOLLURI SATISH  
GAJJALA RAMASUBHODAYA  
REDDY  
4
.
gramasubodhreddy@ntpc.co.in  
GRS REDDY  
Tender Inviting Authority  
Name  
R Santosh KumarDy.Mgr (CS)  
Simhadri Thermal Power Project P.O. SIMHADRI VISAKHAPATNAM 531020  
Address  
Tender Creator Details  
Created By  
Designation  
Created Date  
Ragala Santosh Kumar  
Dy.Mgr  
13-Mar-2020 12:53 PM  
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=Published... 17-03-2020  
NTPC LIMITED  
A Government of India Enterprise)  
(
SOUTHERN REGION  
SHARED SERVICES CENTER  
(CONTRACTS AND MATERIALS DEPARTMENT)  
CONTRACTS SECTION  
SECTION – I  
INVITATION FOR BIDS (IFB)/NOTICE INVITING TENDER  
NIT)  
(
Page 1 of 6  
SECTION - I INVITATION FOR BIDS (IFB)  
INVITATION FOR BIDS (IFB)  
A. NTPC Limited, Shared Services Center - Southern Region, Simhadri Super Thermal Power Station,  
Visakhapatnam- 531020 invites bids Single Stage Two Envelope bidding basis (Envelope-I: Techno-  
Commercial Bid & Envelope-II: Price Bid) from eligible bidders for the contract with following details:  
S.No Particulars  
Details  
1
.
Name of the Package  
ENGINEERING, SUPPLY, ERECTION & COMMISSIONING WORKS FOR  
BOTTOM ASH DEWATERING SYSTEM FOR ALL UNITS OF STAGE-I  
AND FOR STAGE-III  
2
3
.
.
Project Manager  
HOP(Ramagundam)  
Address of the Employer &  
Location of Contract  
Ramagundam Super Thermal Power Station  
P.O.: Jyothinagar, Distt. Karim Nagar (Telangana) - 505215.  
GST No. 36AAACN0255D1ZZ  
4
5
.
.
Qualifying Requirements  
As mentioned in Annexure-1 to IFB  
Maximum number of  
reference work, bidders can  
submit for meeting the Three(03)  
Technical QR  
6
7
.
.
Whether Joint Venture  
Permitted?  
NO  
Brief Scope of Work  
ENGINEERING, SUPPLY, ERECTION & COMMISSIONING WORKS FOR  
"BOTTOM ASH DEWATERING SYSTEM FOR ALL UNITS OF STAGE-I  
AND FOR STAGE-III  
Details as specified in Tender Documents.  
8
9
.
.
Completion Period/ Duration Completion period for the total work is 18 months.  
of Contract  
Defect Liability Period  
AS PER GCC  
Unless otherwise specified in Scope of Work (Section VI).If Specified in  
Scope of Work (Section VI), the same shall prevail.  
10.  
LD Clause  
As Specified at Clause 5 of SCC  
Unless otherwise specified in Scope of Work (Section VI). If Specified in  
Scope of Work (Section VI), the same shall prevail.  
1
1.  
2.  
Payment Terms  
As Specified at Appendix 1 (Terms and Procedures of Payment) to the  
Contract Agreement (Section VII Part 3 of 3)  
1
Bid submission end date/Bid As per the dates mentioned in Tender Details of eProcurement Portal.  
opening Date/Last date for  
Clarifications  
13.  
Independent External Monitors Applicable.  
(IEMs)  
In respect of this package, the Independent External Monitors (IEMs) would  
be monitoring the bidding process and execution of contract to oversee  
implementation and effectiveness of the Integrity Pact Program.  
The following Independent External Monitor(s) (IEMs) have been appointed  
by NTPC, in terms of Integrity Pact (IP) which forms parts of the NTPC  
Tenders/Contracts:  
(
i)  
Shri M.F.Farooqi (Retd. IAS) (email:mffarooqui@gmail.com)  
Shri Devendra Kumar Pathak, IPS (Retd.)  
(ii)  
(email:pathak56515@gmail.com)  
(iii)  
Dr. T. M. Bhasin  
Former Vigilance Commissioner, CVC  
Page 2 of 6  
SECTION - I INVITATION FOR BIDS (IFB)  
(email:tmbhasin@gmail.com)  
14.  
Price Bid  
The Bidder shall quote Rate along with applicable GST for each item in the  
relevant field of BOQ sheet (Price Bid). The BOQ (Excel Sheet) template  
must not be modified/ replaced by the bidder and the same should be  
uploaded after filling the relevant columns.  
If agency does not mention any GST rate, it will be treated that GST is  
inclusive in the quoted Basic Rate. In case the bidder is exempted from  
GST, bidder has to produce valid Exemption Document. If not produced, it  
will be treated that GST is inclusive in the quoted Basic Rate.  
.
Rates of Mandatory Spares and respective rates of GST has to be  
indicated in the Work Sheet titled “Breakup_of_Mandatory_  
Spares” and the same shall be populated in the main BOQ sheet  
titled “BoQ1”.  
.
.
Rates of Recommended Spares shall be indicated in a separate  
file and shall be uploaded in Price Bid Envelope of the tender.  
The minimum Percentage of Amount Linked to Safety Aspects of  
the cumulative total of Service Portion of the Contract, i.e. Civil +  
Installation/ Erection + Structural Works shall be 5%.  
15.  
Required Offline Documents Following shall be submitted in a sealed envelope separately offline by the  
stipulated Bid Submission End Date and Time at the address given below:  
.
Bid Security (Original Bank Guarantee / Original Demand Draft /  
Original Pay Order / Original Banker's Cheque)  
Tender Fee (Original Demand Draft / Original Pay Order / Original  
Banker's Cheque)  
.
.
.
.
Integrity Pact (Applicable).  
Deed of Joint Undertaking (Applicable).  
Power of Attorney  
Note-1: Bid Security and Tender Fee in the form of Demand Draft or Pay  
order or Banker’s Cheque shall be in favour of NTPC Ltd. payable at  
Visakhapatnam  
Note-2: Failure of submission of Original Offline Documents for Bid  
Security , Tender Fee, and Deed of Joint Undertaking (if applicable),  
before stipulated Bid submission end date and time may result in rejection  
of bid.  
1
6.  
7.  
Tender Fee & EMD  
Price Basis  
EMD Amount ()1,00,00,000/- (Rupees One Crore Only)  
Tender Fee Amount ()22,500/- (Rupees Twenty Two Thousand Five  
Hundred Only)  
1
FIRM Price basis. As Specified at Appendix 2 (Terms and Procedures of  
Payment) to the Contract Agreement (Section VII Part 3 of 3)  
1
8.  
9.  
Order Placement  
On Single Agency.  
1
Purchase Preference  
NTPC shall allow purchase preference, as indicated in the Annexure-II to  
BDS (Section-III).The bidders may apprise themselves of the relevant  
provisions of bidding documents in this regard before submission of their  
bids. Bidders seeking benefits should necessarily upload relevant  
documents in etender portal.  
This being a works contract, Purchase Preference to MSE Vendors is  
not applicable for the subject work  
2
0.  
1.  
Minimum Local Content  
50%. Please Refer Annexure-II to BDS (Section-III) for details.  
2
Employer’s Beneficiary Bank Bank Name State Bank of India  
Page 3 of 6  
SECTION - I INVITATION FOR BIDS (IFB)  
Details for Tender Fee & EMD IFSC Code  
if applicable).  
SBIN0020914  
(
Branch  
Deepanjali Nagar (Branch Code 20914)  
Bank Address Deepanjali Nagar, NTPC Simhadri, Visakhapatnam - 531  
20  
ntpc_djnagar@sbi.co.in  
0
E mail id  
B. A Complete set of bidding Document may be downloaded by any interested Bidder directly through NTPC  
eProcurement Portal, https://eprocurentpc.nic.in.  
C. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.  
D. 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 any claim arising out  
of such action.  
E. ADDRESS FOR COMMUNICATION  
AGM (C&M-Contacts)/ Sr.Mgr (C&M-Contracts), NTPC LIMITED,  
Shared Services Center - Southern Region,  
Simhadri Super Thermal Power Station,  
Post: NTPC Simhadri-531020, Distt. Visakhapatnam (A.P)  
Contact Phone: 9440100468/9481903482  
E-Mail: / bravindrababu@ntpc.co.in /santoshkumar50@ntpc.co.in  
Websites: https://eprocurentpc.nic.in or www.ntpctender.com  
Registered office:  
NTPC Bhawan, Core – 7, Scope Complex, Institutional Area, Lodhi Road, New Delhi – 110003.  
Website: www.ntpc.co.in  
Page 4 of 6  
SECTION - I INVITATION FOR BIDS (IFB)  
ANNEXURE-1  
Qualifying Requirements  
In addition to satisfactory fulfilment of the Qualifying requirements stipulated in Section – ITB  
Instructions to Bidders) of Bid documents, the following shall also apply:  
(
1.0 Technical Criteria  
1.1  
The bidder should be a supplier of ash handling systems for coal-fired boiler units and should have  
Designed, Engineered, Supplied, Erected & Commissioned the system of dewatering bins for handling of  
bottom ash for pulverized coal-fired boiler unit of rating not less than 200 MW either with new bottom  
ash handling system or as an augmentation to existing wet bottom ash handing system and such  
dewatering system should have been in successful operation in at least one (1) plant for at least two (2)  
years prior to the date of techno-commercial bid opening.  
OR  
1.2  
The bidder who is a supplier of Ash Handling systems for coal-fired boiler units but does not meet the  
requirements of clause 1.1 above in part or in full can also participate provided it collaborates/associates  
with a party which fully meets the requirements of clause 1.1. In such a case bidder shall furnish an  
undertaking jointly executed by it and its collaborator/associate for the successful performance of the  
system of dewatering bin. Further in case of award the collaborator/associate shall be required to furnish  
an on-demand bank guarantee as per the format enclosed with the bidding documents for a value equal  
to 0.5% of the total contract price in addition to the contract performance security to be furnished by the  
bidder.  
2.0 Financial Criteria:  
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. 3513.70 Lakhs (Thirty five crore thirteen Lakhs  
and Seventy thousand Only).  
2.2  
In case a Bidder does not satisfy the annual turnover criteria, stipulated above at clause no. 2.1 on its  
own, its Holding Company would be required to meet the stipulated turnover requirements as 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 the Holding Company's 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.  
2.3  
Net Worth of the bidder should not be less than 100% of the bidder's paid up share capital as on the last  
day of the preceding financial year on the date of Techno-commercial bid opening. 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 its Holding Companies, 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. For Consortiums/ Joint  
Ventures, wherever applicable, the Net worth of all consortium/Joint Venture members in combined  
manner should not be less than 100% of their paid up share capital. However, individually, their Net worth  
should not be less than 75% of their respective paid up share capitals.  
2.4  
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.  
Page 5 of 6  
SECTION - I INVITATION FOR BIDS (IFB)  
2.5  
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:  
(
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 bid  
(
documents, stating that the unaudited unconsolidated financial statements form part of the Consolidated  
Annual Financial Statements of the Holding Company.  
2.6  
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 be considered  
acceptable. In case, Bidder is not able to submit the Certificate from a 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 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.  
2.0 Notes:  
a) 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.  
b) Other income shall not be considered for arriving at annual turnover.  
c) An individual boiler unit having its own independent bottom ash handling system of either the jet  
pump system type or submerged scraper chain conveyor system type can be considered as a  
plant for meeting the requirement of clause 1.1 above.  
d) The bidder should have independent PF code issued by RPFC, valid PAN number and active GST  
registration number and the relevant documents shall be submitted along with bid proposal.  
e) The bidder should submit the documentary proof for establishing the QR requirements at 1.0 and  
2.0 above.  
Page 6 of 6  
SECTION - I INVITATION FOR BIDS (IFB)