Page 1 of 5
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
SHARED SERVICE CENTRE WR1, KAWAS
INVITATION FOR BIDS (IFB)
FOR
SERVICE CONTRACT FOR PROVIDING SPECIALIZED SERVICES AND
MATERIAL MANEUVERING ALONG WITH OTHER ANCILLARY ACTIVITIES
IN WATER TREATMENT PLANT AND LABORATORY AT NTPC JHANOR,
BHARUCH, GUJARAT
(DOMESTIC COMPETITIVE BIDDING)
Tender Ref: NTPC/SSC - WR-I(Kawas)/ 9900199051 Date : 17.04.2020
Bidding Document NO: C00950
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 work covers providing specialized services and material
maneuvering along with other ancillary activities in water treatment plant and
laboratory at NTPC Jhanor in line with detailed technical specification specified
in the bidding documents.
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
17.04.2020
Document sale Commencement Date
17.04.2020
Last date for receipt of queries from
bidders (if any)
01.05.2020
Last Date & time for Bid submission
08.05.2020 at 11:00 Hrs (IST)
Technical Bid Opening Date & Time
09.05.2020 at 16:00 Hrs (IST)
Price bid Opening Date & time
Shall be intimated separately.
Tender Fee
INR 1328/- (Rupees One
Thousand Three Hundred
Twenty Eight only)
Page 2 of 5
Corrigendum, if any, shall be done at our eProcurement Portal
(https://eprocurentpc.nic.in/nicgep/app) only.
No Queries from Bidders, whatsoever, shall be entertained by the Employer
beyond the last date of receipt of Queries as specified above.
5.0 All bids must be accompanied by Bid Security for an amount of INR 1,00,000/-
(Indian Rupees One Lac 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.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
The bidder who wishes to participate in the bidding shall meet the Qualifying
Requirements stipulated hereunder:
6.1 Technical Criteria:
The bidder should have executed work(s) of 'Operation'/ ‘Deployment of Manpower’ in
‘Water Treatment’ / ‘Effluent treatment’ / ‘Chemical Process’ Plant in any industry
within preceding 07 (seven) years reckoned 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 32.55 Lakh
OR
b. Two (2) orders having contract value not less than 20.34 Lakh each
OR
c. Three (3) orders having contract value not less than 16.28 Lakh each
Note:
1. The word “executed” mentioned in clause 6.1 means that the bidder should have
achieved the criteria Specified in clause 6.1 with any of the following conditions:
i. Case I: The work is started earlier (prior to the period stipulated in
clause 6.1) but completed within the stipulated period as mentioned in
clause 6.1 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 6.1. In such cases, entire executed value of the
relevant work vide that work order shall be considered for evaluation.
Page 3 of 5
iii. Case-III: The work is started within the stipulated period as mentioned
in clause 6.1 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 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 main contractor is duly
certified by owner specifying the scope of work executed by the sub-
contractor in support of qualifying requirements.
6.2 Financial criteria:
6.2.1 The average annual turnover of the Bidder, should not be less than 40.69 Lakh
(Rupees Forty Lakh and Sixty-Nine Thousand only) during the preceding three (3)
completed financial years as on the date of Techno-commercial bid opening.
6.2.2 In case the bidder does not satisfy the financial criteria, stipulated at Cl. 6.2.1 above
on its own, its holding company would be required to meet the stipulated turnover
requirements at Cl. 6.2.1 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.
6.2.3 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 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.
6.2.4 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
Page 4 of 5
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.
7.0 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.
8.0 Benefits to MSE bidders are applicable for this work. The bidders may
apprise themselves of the relevant provisions of bidding documents in this
regard before submission of their bids.
9.0 NTPC reserves the right to reject any or all bids or cancel / withdraw the
Invitation for Bids without assigning any reason whatsoever and in such case no
bidder / intending bidder shall have any claim arising out of such action.
10.0 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 favor 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
with Tender Fee.
11.0 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 closing date and time at the address given below.
12.0 Transfer of Bidding Documents purchased by one intending Bidder to another is
not permissible.
13.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT 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.
14.0 Address for communication:
Sr Manager/AGM (Contracts & Materials)
NTPC Limited, Western Region -I Shared Service Centre-Kawas,
Simulator Building, Kawas Gas Power Project,
Page 5 of 5
PO: Adityanagar
Surat- 394516 (India)
Tel. No. : 0091-0261-2877988/2877987/ 02612860165
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
15.0 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