Bhartiya Rail Bijlee Company Limited

(A Subsidiary of NTPC Limited)

Nabinagar Thermal Power Project (4x250MW)

NOTICE INVITING TENDER (NIT)

(Domestic Competitive Bidding)

1.Bhartiya Rail Bijlee Company Limited (BRBCL) invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:

2.Brief Details:

Bid documents sale time: up to 15:00 hrs during bid document sale period (Sunday & Holidays closed).

BOD opening time (Technical): 15:30 hrs on scheduled Bid opening date or next working day in case of holiday/closure.

Part (A) QUALIFYING REQUIREMENT

1.The bidder should have the successfully “executed/completed the job of deployment of fire personals having adequate experience and qualification of fire fighting in power plants/steel industry/oil refineries etc.” subject to following criteria against same/ separate work order within the preceding seven (7) years ending last day of the month previous to the date of NIT having minimum contract value as indicated below:

1.1Three executed/completed similar Contract valuing not less than ₹ 23.57 Lac/Each.

OR

1.2Two executed/completed similar Contract valuing not less than ₹ 29.46 Lac/Each.

OR

1.3Single executed/completed similar Contract valuing not less than ₹ 47.14 Lac/only

2.The average annual turnover of bidder in the preceding three financial years as on date of the bid opening shall not be less then ₹ 58.93 Lac.

Note:

1)The word executed/completed means that the bidder should have achieved the progress specified in the QR even if the total contract is not completed/ closed.

2)Other income shall not be considered for arriving at annual turnover.

3)In case 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 proceeding 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.

Important Note: The bidder should submit proof of meeting QR as detailed above along with the technical bid for evaluation.

4. Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and capacity of the Bidder /his collaboration/subsidiaries/group companies to perform the contract should the circumstances warrant such assessment in the overall interest of the Employer.

5. Following documents need to be furnished/ uploaded in support of meeting qualifying requirements:

a. Legible copies of Award letter with Bill of Quantities of similar nature, Job completion certificate, Copies of MB (bills/receipts) etc. in proof of value of work executed, clearly indicating the executed value of work.

b. Audited Balance sheet and Profit & Loss account for in preceding three financial years as on date of bid opening.

c. Partnership deed/affidavit for proprietorship/ certificate of incorporation.

PART (B) GENERAL INSTRUCTION

3.0Bid Security and Integrity Pact (if applicable) 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.

4. A complete set of Bidding Documents may be downloaded by any interested Bidder. Tender fee (non-refundable if applicable) of requisite value is to be paid in a separate envelope up to the time of scheduled Technical BOD in the form of a crossed account Payee demand draft in favor of Bhartiya Rail Bijlee Company Limited payable at SBI, NTPC Project, Barem Bihar (code-14321) or directly through the payment gateway of the cost of the documents. For logging on to the GePNIC Site, the bidder would require user id and password which can be obtained by enrolling at GePNIC site. First time users not allotted any vendor code are required to approach BRBCL at least five working days prior to Document Sale Close date along with duly filled in questionnaire for issue of vendor code and GePNIC user id/password.

5. Brief Scope of Work & other specific detail – Deputation of fire man at BRBCL

Nabinagar site.

6. Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents.

7. Qualifying Requirements: Applicable

8. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.

9.BRBCL reserves the right to accept/reject any or all tenders without assigning any reasons thereof.

10.Address for Communication:

AGM (C&M),

Bhartiya Rail Bijlee Company Limited,

H-Type office (C&M Hall)

PO- Pirouta, P.S.- Khaira

Nabinagar Distt – Aurangabad, Bihar- 824 303

Telephone-06332-233032, 233034, Fax- 06332-233033

Websites: https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com or www.ntpc.co.in

11.Tender Fee Payment if applicable:

a)Tender fee can be paid through payment gateway or alternatively through demand draft in favor of Bhartiya Rail Bijlee Company Limited, payable at S.B.I. NTPC Project Barem, Bihar (Branch code-14321)

b)In case of offline payment, the bidder has to submit at BRBCL Nabinagar DEMAND DRAFT (Non-refundable) for tender fee in favor of Bhartiya Rail Bijlee Company Limited, payable at S.B.I. NTPC Project Barem, Bihar (Branch code-14321) within the scheduled time.

c)The application envelope must be super-scribed with Bid Invitation no. In case a bidder desires to participate in more than one tender, separate application is required to be made against each NIT accompanying a separate DEMAND DRAFT as mentioned above.

d)Govt. notification from time to time regarding exemption of tender fee will be applicable for this tender.

e)Application with all relevant documents should reach in the office of. AGM (C&M) within the schedule. BRBCL will not be responsible in any way for late receipt of request for tender documents due to any postal delay or delay of any form in transit.

f)Exception of tender fee is applicable as per 14.2(c )

12.Bidder can view/download the complete set of Bid document as per the following procedure.

C. EFT form (Format Given Below), duly filled and endorsed by their banker

D. Copy of PF Documents E. GST Registration

F. ESI Code / Undertaking for ESI

All these should reach us at least seven working days prior to Last

Date of Tender Fee Payment

Step-2 After compliance of step-1, Follow steps as mentioned above at Sl. No. 2

13.a) Exemption on Cost of Tender Document is applicable as per 14.2(c) Govt. notification from time to time regarding exemption of cost of tender document will be applicable for this tender.

b)Tender fee is non-refundable.

14.EMD can be submitted either offline or online.

Bidder has to submit earnest money deposit (EMD) in hard copy (offline except for exempted case who can upload online as well) of requisite value in a separate envelope super scribing “EMD Envelope”, which must reach the office at the address mentioned at Sl. No. 10.0 before the bid submission deadline asmentioned in the e-tender of our GePNIC system.

1.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.

2.The Bidder shall furnish, as a part of its Bid an Earnest Money Deposit (EMD), as prescribed, in separate envelope, super-scribed on the top as under. ‘ORIGINAL BID SECURITY FOR …………………….. (NAME OF PACKAGE) SPECIFICATION NO…..……….………DUE ON ………………………………… (DATE OF BID OPENING) FROM …………………………………………… ( NAME OF BIDDER)”.

(a) The EMD offered shall, at Bidders option, be in the form of a crossed Demand Draft Banker’s Cheque in favour of Bhartiya Rail Bijlee Company Limited, payable at S.B.I. NTPC Project Barem, Bihar (Branch code-14321) or an unconditional and irrevocable Bank Guarantee from any Nationalized or Scheduled Bank as per BRBCL format.

Or

(b)The format of Bid Guarantee towards Bid security shall be in accordance with the form of Bid security included in the Bidding Documents. The Bid Security shall remain valid for a period of Fourty five (45) days beyond the original Bid validity period or beyond any extension in the period of Bid validity subsequently requested. EMD in the form of Bank Guarantee as mentioned above shall only be accepted for EMD value more than Rs. 50,000/-.

Or

(c ) 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 or Directorate of Handicrafts and Handloom 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.

Further, in case of tenders where splitting of quantity is possible, participating MSEs quoting price within price band of L1 + 15 percent shall also be allowed to supply a portion of requirement by bringing down their price to L1 price in a situation where L1 price is from

Someone other than a Micro and Small Enterprise and such Micro and Small Enterprise shall be allowed to supply up to 25 percent of total tendered value. In case of more than one such MSE, the supply will be shared proportionately (to tendered quantity).However, in case of tenders where splitting of quantity is not possible, participating MSEs quoting price within price band of L1 + 15 percent shall be allowed to execute the package by bringing down their price toL1 price in a situation where L1 price is from someone other than a Micro and Small Enterprise.

The award shall be made as follows:

Award shall be given to L1 bidder if L1 bidder is a MSE. In case L1 bidder is not a MSE, then all the MSE vendor(s) who have quoted within the range of L1 + 15%, shall be given the opportunity in order of their ranking (starting with the lowest quoted MSE bidder and so on) to bring down its price to match with L1 bidder. Award shall be placed on the MSE vendor who matches the price quoted by L1 bidder. If no MSE vendor who has quoted within range of L1 + 15% accepts the price of L1 bidder, then the award shall be made to the L1 bidder.

The benefit as above to MSEs shall be available only for goods/services produced & provided by MSEs. MSEs seeking exemption and benefits should enclose an attested/self certified copy of registration certificate, giving details such as stores/services, validity (if applicable) etc. failing which they run the risk of their bid being passed over as ineligible for the benefits applicable to MSEs.

d. Submission of EMD is exempted from IIMs/IITs/NITs/IISc/CBRI/CPRI/GSI/CWPRS /CWC and other Govt. Institutes/agencies (excluding PSUs).

e. Govt. notification from time to time regarding exemption of EMD will be applicable for this tender.

3.The Bid Security of all the unsuccessful Bidders will be returned as promptly as possible.

4.The EMD of successful Bidder to whom the contract is awarded will be returned after the receipt of Bank Guarantee towards Initial Security Deposit.

5.The EMD shall be forfeited in any of the following circumstances by the Owner without any notice or proof damage to the Owner, etc:

(a) If the Bidders withdraws or varies its Bid during the period of Bid validity.

(b) If the Bidder does not accept the correction of its Bid Price pursuant Clause 8.0 of GC.

(c) If the Bidders do not withdraw any deviation listed in Statement of Deviations at cost of withdrawal indicated by him.

(d) If the Bidder refuses to withdraw, without any cost to the Owner, any deviation not listed in Statement of Deviations but found elsewhere in the Bid, or

(d) In the case of a successful Bidder, if the Bidder fails within the time limit specified in bidding Documents to furnish the required Security Deposit in accordance with Clause 9.0 of GCC.

6.The Earnest Money deposit (EMD) shall be made payable without any condition/demure to the owner ‘On demand’. The EMD shall be valid for a period of Seven & half (7 ½) Months

from the date of opening of the tenders, i.e. If the tender is due for opening for 1st January the EMD shall be valid up to and inclusive of 15th August.

7.In the event of the owner opening and considering the tender for purpose of award of contract the tendered shall keep his tender valid for a period of Six (06) Months from the date of opening of the tender, during which period the tenderer shall not vary, alter or revoke his tender either in whole or in part. If the tenderer, however, fails to keep his tender valid for above period, the owner shall be entitled to forfeit the EMD amount without any notice or proof of damage. However, the bidder shall suitable extend the validity of the offer if asked by

BRBCL.

8.No interest will be payable by the owner on the said amount covered under EMD/Other security documents.

9.BRBCL is not responsible for any delay or non-receipt of tender papers sent by post. No claim in this respect will be entertained

10.BRBCL reserves the right to accept/reject any or all tenders without assigning any reasons thereof.

11.BRBCL reserves the right to split and awarded the contract to TWO or More agencies.

12.The Bid shall be awarded on the basis of overall evaluated techno commercial L-1 basis.

13.Clarification on Bidding Documents:

Bidder can seek clarifications through e-mail or in hard copy up to the time specified as mentioned in the bidding document.

The queries will be answered by NTPC/BRBCL and posted in the GePNIC Portal. The bidder scans view all queries and all answers once they are posted in the GePNIC Portal.

14.Following documents must be uploaded in the GePNIC Portal, failing which the offershall be liable for rejection:

I. Qualifying Requirement (If, required): Total credential to fulfil all the criteria as mentioned in qualifying requirement of the IFB.

II. Technical Bid:

a. All TECHNICAL DATA SHEETS as per the format provided in the tender document duly filled.

b. Any other data/information as sought in our tender document III. Company /Firm Details:

a. Document related to legal status of the Bidder (i.e., Sole Proprietorship

sole proprietor / partners / Board of directors.

b. Memorandum and articles of association/photocopy of partnership deed/affidavit of proprietorship.

IV. Copy of GST registration certificate.

V. Copy of valid independent PF code no. issued by concerned RPFC.

VI. Copy of PAN card. VIII. Copy of ESI Certificate/Undertaking for submission of ESI (As per Annexure-X mentioned in the bid document).

VII- Authority/Power of Attorney to sign the bid

VIII- Acceptance of General Technical Evaluation, if applicable IX- Conformity to the Technical Specifications & Scope of Work X- Integrity Pact, if applicable

XI-Any other details required in the Bid Document.

15.Participation in the tender does not automatically mean that the bidders are considered qualified. BRBCL shall evaluate the qualifying requirement of each bidder as per NIT after opening of technical bid and the bids of the bidder who is not meeting the qualifying requirement shall not be considered.

16.BRBCL reserves the right to reject any or all bids or cancel/withdraw the invitation forbids/IFB without assigning any reason whatsoever and in such case no bidder/intending bidder shall have claim arising out of such action.

17.BRBCL will not be responsible for any loss/late receipt/non-receipt of applications for tender documents/bids due to any postal delay or delay, in any form, in transit.

18.If the last date for receiving applications/ selling of bids/ date of bid opening coincides with holiday, the date will be shifted to the next working day.

19.Tender document is not transferable.

20.All prices to be quoted by the bidders will be in Indian Rupees only, unless otherwise mentioned in the Special Condition of contract, on FIRM price basis and to remain valid during the currency of the Contract.

21.Format and Signing of Bid:

The bid including all documents uploaded in the on‐line bid shall be digitally certified by a duly authorised representative of the Bidder to bind him to the contract using Class II or Class‐III digital signature (in the name of designated individual with Organisation name). The Digital Signature shall be as per Indian IT Act from the licensed Certifying Authorities (CA) operating under the Root Certifying Authority of India(RCAI) namely Controller of Certifying Authorities (CCA) of India. An authorisation letter/power of attorney indicating that the person signing the bid has the authority to sign the bid is to be submitted in Physical form and copy uploaded as part of the Techno‐commercial Bid.

22. Submission of Bids:

Bid shall be submitted through e‐tender mode in the manner specified elsewhere in bidding document. No Manual/ Hard Copy of the Bid shall be acceptable except those asked for in Physical form.

23. Package Co-coordinator:

Vikas Pandey, Dy. Manager (CS), mob- 7070095394, email- vikaspandey01@ntpc.co.in

Websites:https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com or

www.ntpc.co.in

Note: The contract shall be evaluated on Overall basis i.e. total prices of all the items of BOQ shall be considered for evaluation and the contract is non-splitable.

Annexure No 1

Request for Login ID on BRBCL e-Tender

If you are not a supplier/Contractor of BRBCL, and interested in participating in e-tenders in BRBCL, please fill in the following.

Form A

New Vendor (prospective)

Name: ___________________________________________________

Address: ___________________________________________________

___________________________________________________

___________________________________________________

State: _________________ City: _______________________

Country: ______________

Pin: _________________

Telephone NO: _______________ Extn: ________

Fax Number: _______________

Email ID: ___________________________________________________

Your Company’s Bank Name _______________________________________

Account Number: ____________________________________

Branch: _____________________________________________

Address: _____________________________________________________

________________________________________________________

PAN number: ___________________________________________________

CST number: ___________________________________________________

Excise Regn Number: _____________________________________________

SSI Number: ___________________________________________________

Contact Person’s Name: ___________________________________________

Designation: _____________________________________________

Bid Invitation number interested in: __________________

DDdetails as tender fee: Issuing Bank: _____________________________

No: _____________ Date of Issue: __________

Amount: _________ DD Valid till: __________

Note: Please download, print and fill this form. Submit it to the Package in charge/ Contact person as mentioned in the Bid Invitation along with the DD of required amount.

DDshould be in favor of “Bhartiya Rail Bijlee Company Limited” payable at the ordering location mentioned in the Bid Invitation.