NTPC LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE)

SHARED SERVICE CENTRE –WR1, KAWAS

INVITATION FOR BIDS (IFB)

(DOMESTIC COMPETITIVE BIDDING)

FOR

CONSTRUCTION OF HAZARDOUS WASTE STORAGE SHED AT NTPC MOUDA, NAGPUR, MAHARASHTRA

Bidding Document No: C00858

1.0NTPC 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.

2.0BRIEF SCOPE OF WORK

Brief Scope of Work of this proposal covers Construction of Hazardous Waste Storage Shed at NTPC Mouda. NTPC intends to finance subject Package through Domestic Commercial Borrowings/Own sources.

3.0Detailed Specification, Scope of Work and Terms & Conditions are given in the Bidding Documents, which are available for examination and Sale at our

“No Queries from Bidders, whatsoever, shall be entertained by the Employer beyond the last date of receipt of Queries/ Pre-Bid Conference (if applicable) as specified above.”

Corrigendum (if any) shall be available on our e-tender website https://eprocurentpc.nic.in only.

4.0All bids must be accompanied by Bid Security for an amount of INR 2,00,000/- (Indian Rupees Two 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.

5.0QUALIFYING REQUIREMENTS FOR BIDDERS.

The bidder who wishes to participate in the bidding shall meet the Qualifying Requirements stipulated hereunder:

5.1Technical Criteria:

The Bidder should have executed ‘Civil Construction’/ ‘Building

Construction’/ ‘Shed construction’ work(s) which include Foundation work(s), RCC work(s), PCC work(s) and Brick work(s) 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 148.99 Lakh

OR

b. Two (2) orders having contract value not less than 93.12 Lakh each

OR

c. Three (3) orders having contract value not less than 74.50 Lakh each

Note:

1.The word “executed” mentioned in clause 5.1 means that the bidder should have achieved the criteria Specified in clause 5.1 with any of the following conditions:

i.Case – I: The work is started earlier (prior to the period stipulated in clause 5.1) but completed within the stipulated period as mentioned in clause 5.1 In such cases, entire executed quantity of the relevant work vide the work order shall be considered for evaluation.

ii.Case-II: The work is started and completed within the stipulated period as mentioned in clause 5.1. In such cases, entire executed value of the relevant work vide that work order shall be considered for evaluation.

iii.Case-III: The work is started within the stipulated period as mentioned in clause 5.1 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.In case of orders under execution, the value of work executed till the date of Techno-commercial bid opening duly certified by the owner shall be considered acceptable.

3.Reference work executed by the bidder as a sub-contractor may also be considered provided the certificate issued by the main contractor is duly certified by the owner specifying the scope of work executed by the sub-contractor in support of qualifying requirements.

5.2Financial criteria:

5.2.1The average annual turnover of the Bidder, should not be less than

186.24 Lakh (Rupees One Hundred Eighty-Six Lakh and Twenty-Four Thousand only) during the preceding three (3) completed financial years as on the date of Techno-commercial bid opening.

5.2.2In case the bidder does not satisfy the financial criteria, stipulated at Cl. 5.2.1 above on its own, its holding company would be required to meet the stipulated turnover requirements at Cl. 5.2.1 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.

5.2.3In 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 in 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 the Holding Company.

2.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.

5.2.4In 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 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.

6.0NTPC 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.

7.0Benefits to MSE bidders are not applicable for this work. The bidders may apprise themselves of the relevant provisions of bidding documents in this regard before submission of their bids.

8.0NTPC 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.

9.0A 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.

10.0Issuance 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.

11.0Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.

12.0Address for communication:

Sr.Manager/AGM (Contracts & Materials)

NTPC Limited, Western Region -I Shared Service Centre-Kawas, Simulator Building, Kawas Gas Power Project,

PO: Adityanagar Surat- 394516 (India)

Tel. No. : 0091-0261-2877988/ 0091-0261-2877991/ 0091-0261-2860165

Email: sunnyagarwal@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

13.0Registered Office NTPC Limited

NTPC Bhawan, SCOPE Complex, 7, Institutional Area, Lodi Road, New Delhi – 110003

Corporate Identification Number: L40101DL1975GOI007966.

Website: www.ntpc.co.in