NTPC LIMITED  
A GOVERNMENT OF INDIA ENTERPRISE)  
(
SHARED SERVICE CENTRE –KAWAS  
INVITATION FOR BIDS (IFB)  
(
DOMESTIC COMPETITIVE BIDDING)  
FOR  
Construction of RCC Road , Boundary wall & Drain in Village Khandala as per SRA  
plan at NTPC-Mouda- C00782.  
Tender Ref: 9900196954  
Date: 17.03.2020  
Bidding Document NO: C00782  
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  
Brief scope of this work covers Construction of RCC Road , Boundary wall &  
Drain in Village Khandala as per detailed Scope of Work & direction of EIC. The  
scope of work includes excavation for foundations, trenching, surface excavation,  
Moorum filling, RCC (Foundation, column, Beam, slab etc) works, Masonry Brick  
work, Cement plaster, paintings (Internal/External) etc.  
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  
Document sale Commencement Date  
17.03.2020  
17.03. 2020  
Last date for receipt of queries from 27.03.2020  
bidders (if any)  
Last Date & time for Bid submission  
Technical Bid Opening Date & Time  
Price bid Opening Date & time  
Tender Fee  
06.04.2020 at 1100 Hrs (IST)  
07.04.2020 at 16:00 Hrs (IST)  
Shall be intimated separately.  
INR  
1062.00  
(Rupees  
one  
thousand sixty two only)  
INR 52.04 Lacs appx  
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 1,00,000/-  
(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.  
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.  
6.0 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.  
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:  
Bidder should have executed ‘civil construction work(s)’ / ‘construction of  
building(s)’ which include Foundation works, RCC Works, Brick Masonry and  
finishing works 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  
OR  
46.26 Lakh  
b. Two (2) orders having contract value not less than  28.91 Lakh each  
OR  
c. Three (3) orders having contract value not less than  23.13 Lakh each.  
Notes:  
1
.
The word “executed” mentioned in clause 7.1 means that the bidder should have  
achieved the criteria Specified in clause 7.1 with any of the following conditions  
:
a. Case – I: The work is started earlier (prior to the period stipulated in  
clause 7.1) but completed within the stipulated period as mentioned in  
clause 7.1 In such cases, entire executed quantity of the relevant work vide  
the work order shall be considered for evaluation.  
b. Case-II: The work is started and completed within the stipulated period as  
mentioned in clause 7.1. In such cases, entire executed value of the  
relevant work vide that work order shall be considered for evaluation.  
c. Case-III: The work is started within the stipulated period as mentioned in  
clause 7.1 but not completed as on the last date of stipulated period. In  
such cases, “In Progress” executed quantity of the relevant work vide that  
work order as on the last date of stipulated period, shall be considered for  
evaluation  
2
3
. In case of orders under execution, the value of work executed till the date of  
Techno-commercial bid opening duly certified by owner shall be considered  
acceptable.  
. Reference work executed by the bidder as a sub-contractor may also be  
considered provided the certificate issued by main contractor is duly certified by  
owner specifying the scope of work executed by the sub-contractor in support of  
qualifying requirements.  
7
7
.2 Financial criteria:  
.2.1 The average annual turnover of the Bidder, should not be less than  57.82 Lakh  
(Rupees Fifty-Seven Lakh and Eighty-Two 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.  
8.0  
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
.0 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 favour 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 at  
with Tender Fee.  
1
0.0 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 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.  
1
1.0 Transfer of Bidding Documents purchased by one intending Bidder to another is  
not permissible.  
12.0 Reverse Auction: Not Applicable  
1
3.0 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. :02612877981, 02612877980,02612860165  
Email: poojasaha@ntpc.co.in/ bhupeshgupta@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  
1
4.0 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